Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutR-2002-005 Washington Avenue Road Widening Project Phase 2 - Columbia Asphalt and Gravel, Inc.CLCRK
CityofYakima
Engineering Division
Washington Avenue Widening - Phase 2
S. 72nd Avenue to S. 52nd Avenue
Washington Avenue Median Repair/Removal
S. 24th Avenue to S. 16th Avenue
Federal Aid Numbers:
STPUS-4558(006) TIB# 8-4-039(019)-1 TIB# 9-E-039(007)-1
Construction Contract Specifications & Bid Documents
City Project Numbers 1957, 1958 & 2124
129 North Second Street
Yakima, WA 98901
August 2005
Phone (509) 575-61 11
Fax (509) 576-6314
BID SUMMARY
Washington Avenue Widening Phase 2
Fed Ald #a TIB#84-039(019)-1, 115 #9-E-039(007)-1
CITY PROJECT NOS, 1957 81958
ENGINEERS
ESTIMATE
COLUMBIA ASPHALT
& GRAVEL, INC:
Yakima, WA
SUPERIOR
, PAVING CO.
Yakima, WA
MRM
CONSTRUCTION, INC.
Ellensburg, WA
REM
Bid Security
5% BID BOND .
5% BID BOND
5% BID BOND
NO.
ITEM
QTY
UNIT
UNIT PRICE
AMOUNT
UNIT PRICE
AMOUNT
UNIT PRICE
AMOUNT
UNIT PRICE
. AMOUNT
UNIT PRICE
AMOUNT
UNIT PRICE
AMOUNT
Schedule 'A'
1
SPCC PLAN
1
LS
$1,000.00
$1,000.00
$400.00
$400.00
$500.00
$500.00
$2,916.00
$2,916.00
2
MOBILIZATION
1
LS
$135,000.00
$135,000.00
$154,306.66
$154,306.66
$159,000.0
$159,000.00
$125,300.00
$125,300.00
3
TRAFFIC CONTROL SUPERVISIOR
1
LS
$35,000.00
$35,000.00
$28,980.00
$28.980.00
$29,000.00
$29,000.00
$18,524.16
$18,524.16
4
FLAGGERS AND SPOTTERS (Min. bid $30.00 per hour)
2,000
HR -
$34.00
$68,000.00
$35.20
$70,400.00
$33.50
$67,000.00
$36.72
$73,440.00
5
OTHER TRAFFIC CONTROL LABOR (Min. bid $30.00 per hour)
500
HR
$34.00
$17,000.00
$36.25
$18,125.00
$34.50
$17,250.00
$34.56
$17,280.00
6
OTHER TEMPORARY TRAFFIC CONTROL DEVICES
1
LS
$3,000.00
$3,000.00
$17,325.00
$17,325.00
$22,000.00
$22,000.00
$9,342.00
$9,342.00
7
CONSTRUCTION SIGNS CLASS 'A'
600
SF
$7.00
$4,200.00
$8:95
$5,370.00
$9.00
$5,400.00
$7.29
$4,374.00
8
ROADSIDE CLEANUP
1
FA
$5,000.00
$5,000.00
. $5,000.00
$5,000.00
$5,000.00
$5,000.00
$5,000.00
$5,000.00
9
9
CLEARING AND GRUBBING
1
LS
$20,000.00
$20,000.00
$23,341 45
$23,341.45
$15,000.00
$15,000.00
.$22,681.08
$22,681.08
10
SAW CUT, PER INCH DEPTH
2,400
LF
$1.00
$2,400.00
S0.60
$1,440.00
$0.50
$1,200.00
$0.54
$1,296.00
11
ROADWAY EXCAVATION INCL. HAUL
23,500
CY
$12.00
$282,000.00
$9.80
$230.300.00
$6.50
$152,750.00
$8.27
$194,345.00
12
CRUSHED SURFACING BASE COURSE
30,000
TON
$14.00
$420,000.00
$1040
S312,000.00
$12.00
$360,000.00
$11.08
$332,400.00
13
ASPHALT TREATED BASE
10,500
TON
$35.00
$367,500.00
$27.55
$289,275.00
$28.00
$294,000.00
$30.07
$315,735.00
14
HMA CL. A PG 64.28
5,300
TON
$42.00
$222,600.00
$36.10
$191,330.00
$38.50
$204,050.00
$39.04
$206,912.00
15
PLANING BrroUMINOUSPAVEMENT
1,200
SY
$1.50
$1,800.00
$1.60
$1,92.0.00
$1.50
$1,800.00
$4.00
$4,800.00
16 7CORRUGATEDPOLYETHYLENESTORMSEWERPIPE,12IN.DIAM.
4,080
LF
$25.00
$102,000.00
$19.95
$81,396.00
$27.00
$110,160.00
$18.90
$77,112.00
17
CATCH BASIN TYPE 1
46
EA
$1,000.00
$46,000.00
$603.75
$27,772.50
5475.00
521,850.00
$837.00
538,502.00
18
CATCH BASIN TYPE 2, 721N. DIAM.
14
EA
$4,000.00
556,000.00
$2,913.75
540,702.50
52,650.00
537,100.00
$3,256.20
$45,586.80
19
REVERSIBLE FRAME AND HERRINGBONE GRATE FOR TYPE 1
46
EA
5300.00
513,800.00
$152.25
57,003.50
$175.00
$8,050.00
$171 72
57,899.12
20
DRAINAGE RETENTION BASIN W/36 IN. DIAM PERF. PIPE
2,010
LF
580.00
$160,800.00
574.55
5149,845.50
575.00
5150,750.00
592.88
$186,688.80
21
ADJUST MANHOLE
4
EA
5300.00
$1,200.00
5250.00
51,000.00
5275.00
51,100.00
$378.00
51,512.00
22
RELOCATE EXISTING ORCHARD DRAIN AND CONNECT TO DID PIPE
3
EA
5800.00
$2,400.00
5682.50
52.047.50
$840.00
$2,520.00
5705.24
$2,115.72
23
REMOVE PORTION OF AND REBUILD STANDPIPE AND COVER
1
EA
52,500.00
$2,500.00
$1,837.50
51,837.50
$1,575.00
51,575.00
51,936.44
51,936.44
24
CRUSHED SURFACING TOP COURSE (For Trench Backfill)
1,130
TON
$15.00
516,950.00
511.85
$13,390.50
$15.00
$16,950.00
$16.60
518,758.00
25
STRUCTURE EXCAVATION CLASS 'B' INCL. HAUL
10
CY
$12.00
$120.00
$8.40
$84.00
550.00
$500.00
$39.96
$399.60
26
SHORING OR EXTRA EXCAVATION CL. B
4,080
LF
$2.00
58,160.00
50.55
52,244.00
$0.50
52,040.00
$1 19
$4,855.20
27
ADJUST VALVE BOX
15
EA
$200.00
53,000.00
5175.00
52,625.00
5175.00
52.625.00
$172.80
52,592.00
28
ESC LEAD
24
DAY
5200.00
$4,800.00
560.00
$1,440.00
550.00
51,200.00
$691.20
516,588.80
29
CEMENT CONC. TRAFFIC CURB AND GUTTER
13,200
LF
$8.00
5105,600.00
56.45
585,140.00
$6.40
$84,480.00
$7.83
$103,356.00
30
COMMERCIAL DRIVEWAY APPROACH
1
EA
54,000.00
54,000.00
53,780.00
53.780.00
$3,800.00
$3.800.00
53,800.00
53,800.00
31
REMOVING AND RESETTING FENCE
140
LF
530.00
$4,200.00
510.00
51,400.00
57.50
$1,050.00
521.60
53,024.00
32
MONUMENT CASE AND COVER
5
EA
5550.00
52,750.00
$650.00
53,250.00
$185.00
$925.00
$432.00
. 52,160.00
33
CEMENT CONC. SIDEWALK, 4-IN DEPTH
8,100
SY
520.00
5162,000.00
$17 15
5138,915.00
$19.95
$161,595.00
$21.87
5177,147.00
34
CEMENT CONC. SIDEWALK, 6-IN DEPTH
750
SY
530.00
522,500.00
525.20
518,900.00
$28.20
521,150.00
524.30
$18,225.00
35
CEMENT CONC. SIDEWALK RAMP, TYPE 2A -
8
EA
$850.00
$6,800.00
$892.50
57,140.00
$900.00
$7,200.00
5550.00
$4,400.00
(Schedule A items continued on page 2)
CITY ENGINEERS REPORT .• CITY OF YAKIMA
COMPETITIVE BIDS WERE OPENED ON AUGUST 25, 2005. ! ..-'' ''
'. 2
ALL BIDS HAVE BEEN REVIEWED BY THIS OFFICE. c •.!j- Washington Avenue Widening Phase
I RECOMMEND THE CONTRACT BE AWARDED TO:
s'-^ '•
4�
) /
Fed Aid Nos. TIB#84-039(019)-1, TIB #9-E-039(007)-1
AWARD MADE BY CITY MANAGER
Columbia Asphalt &Gravel, Inc.
P;
. �.
. • �'- •�-
PROJECT NOS 1957 & 2082
DATE. AUGUST 25 2005
��`O _
1 - 20 -200 J ��• - -� \1w� FILE: 1957.58 Washington Ave Ph 2 Bid Sum.pub
DATE CITY NGINEER , ,, DATE CITY MANAGER
SHEET 1 of 2
BID SUMMARY
Washington Ave Widening Phase 2
Fed Aid as 11B#84-039(019)-1, 71B #9-E-039(007)-1
CITY PROJECT NOS. 1957 8 1958
ENGINEERS
ESTIMATE
COLUMBIA ASPHALT
& GRAVEL, INC.
Yakima, WA
SUPERIOR
PAVING CO.
Yakima, WA
MRM
CONSTRUCTION, INC.
Ellensburg, WA
ITEM
NO.
Bid Security
5% BID BOND
5% BID BOND
5% BID BOND
ITEM
CITY
UNR
UNIT PRICE
AMOUNT
UNIT PRICE
AMOUNT
UNR PRICE
AMOUNT
UNR PRICE
AMOUNT
UNIT PRICE
AMOUNT
UNIT PRICE
AMOUNT
(Schedule A continued)
'
- 36
CEMENT CONC. SIDEWALK RAMP, TYPE 4A
4
EA
5750.00
53,000.00
5929.25
53,717.00
5900.00
$3,600.00
5550.00
52,200.00
,. 37
SIGNPOST SOCKETS
74
EA
530.00
52.220.00
560.00
$4,440.00
530.00
52,220.00
575.60
55,594.40
38
MAILBOX SUPPORT, TYPE 1
16
' EA
$200.00
53,200.00
5200.00
53,200.00
5175.00
52,800.00
$216.00
$3,456.00
39
MAILBOX SUPPORT, TYPE 2
2
EA
5200.00
$400.00
$250.00
5500.00
5300.00
5600.00
5248.40
$496.80
40
ILLUMINATION SYSTEM
1
LS
5200,000.00
5200,000.00
5189,000.00
5189,000.00
5155,000.0
$155.000.00
5162,000.00
$162,000.00
41
REPAIR OR REPLACEMENT
1
FA
540,000.00
540,000.00
540,000.00
540,000.00
540,000.00
$40,000.00
$40,000.00
540,000.00
42
TRAINING
400
HR
52.00
5800.00
53.60
51,440.00
52.00
5800.00
55.40
52,160.00
TOTAL SCHEDULE 'A' (No Sales Tax)
52,559,700.00
52,181,613.61
52,175,590.0
52.266,910.92
Schedule 'B' (DELETED)
50
50
50
$0
Schedule 'C'
1
SPCC PLAN
1
LS
5500.00
5500.00
5400.00
5400.00
5300.00
$300.00
51,836.00
51,836.00
2
MOBILIZATION
1
LS
535,000.00
535,000.00
$0.00
$0.00
$4.750.00_
54,750.00
584,240.00
584,240.00
3
TRAFFIC CONTROL SUPERVISIOR
1
LS
55,400.00
55,400.00
57,500.00
57,500.00
58,000.00
58,000.00
$18,524.16
518,524.16
4
FLAGGERSAND SPOTTERS (Min.bid $30.00per hour)
230
HR
534.00
57,820.00
$34.50
57,935.00
$34.50
$7,935.00
$36.72
58,445.60
5
\OTHER TRAFFIC CONTROL LABOR Min. bid $30.00 .'r hour
60
HR
534.00
52,040.00
534.50
52,070.00
534.50
52,070.00
534.56
$2,073.60
' 6
CONSTRUCTION SIGNS CLASS A
60
SF
57.00
5420.00
58.50
5510.00
59.00
$540.00
$7.29
5437.40
7
SAW CUT, PER INCH DEPTH
450
LF
51.00
$450.00
50.50
5225.00
$0.50
$225.00
$0.54
5243.00
8
MANHOLE 48IN.DIAM.TYPE1
18
EA
52,200.00
539,600.00
52,100.00
537,800.00
51,750.00
531,500.00
52,440.80
$43,93440
9
MANHOLE ADDITIONAL HEIGHT 48 IN. DIAM. TYPE 1
13
LF
5200.00
52,600.00
598.00
51,274.00
5155.00
52,015.00
5108.00
51,404.00
10
TRENCH DEWATERING
1
FA
5250,000.00
$250,000.00
5250.000.00
5250,000.00
$250,000.0
5250,000.00
5250,000.00
5250,000.00
11
STRUCTURE EXCAVATION CLASS B INCL HAUL
7,350
CY
55.00
536,750.00
51.00
57,350.00
$2.60
519,110.00
54.05
529,767.50
12
SHORING 0R EXTRA EXCAVATION CLASS B
6,300
LF
55.00
531,500.00
50.50
53,150.00
$1.55
59,765.00
$0.76
54,788.00
13
GRAVEL BACKFILL FOR FOUNDATIONS CLASS A
110
CY
550.00
$5,500.00
517.50
$1,925.00
$46.00
55,060.00
$31.85
53,503.50
14
REMOVAL AND REPLACEMENT OF UNSUITABLE MATERIAL
250
CY
515.00
53,750.00
515.75
53.937.50
$23.00
$5,750.00
535.28
58,820.00
15
CRUSHED SURFACING TOP COURSE (For Trench Backfill)
550
TON
536.00
$19,800.00
510.50
55,775.00
$14.50
$7,975.00
$12.79
$7,034.50
16
PVC SANITARY SEWER PIPE-4 IN. DIAM.
1,095
LF
560.00
565,700.00
523.00
$25,185.00
520.00
521,900.00
524.57
526,904.15
17
PVC SANITARY SEWER PIPE -8 IN. DIAM.
3,980
LF
533.00
5131,340.00
520.00
579,600.00
$19.50
577,610.00
$27 72
5110.325.60
18
PVC SANITARY SEWER PIPE -15 IN. DIAM.
2,650
LF
' 539.00
5103,350.00
$27.50
$72;875.00
523.50
562,275.00
$34.43
591,239.50
19
REPAIR OR REPLACEMENT
1
FA
510,000.00
510,000.00
510,000.00
510;000.00
$10,000.00
510.000.00
510,000.00
510,000.00
SUBTOTAL SCHEDULE 'C'
5751,520.00
$517;511.50
$526,780.00
5703,520.91
SALES TAX (8.2%)
$61,624.64
$42,435.94
$43,195.96
$57,688.71
TOTAL SCHEDULE' C"
5813,144.64
5559.94744
5569,975.96
5761,209.62
TOTAL ALL SCHEDULES (A + C)
53.372,844.64
52,741,761.05
52,745,565.96
53.028,120.54
ar
--, .
i` '
CITY OF YAKIMA
Washington Avenue Widening/Reconstruction
` ,
•.'1'
Fed Aid Nos. TIB#8-4-039(019)-1, TIB #9-E-039(007)-1
PROJECT NOS 1957 & 2082
DATE. AUGUST 25, 2005
FILE. 1957-5B Washington Ave Ph 2 Bid Sum.pub
SHEET 2 of 2
City Of Yakima
Washington Avenue
Widening / Reconstruction, Median
Removal & Sanitary Sewer
72"d Ave. to 52nd Ave.
City Project Nos. 1957 & 1958
Federal Aid Numbers:
STPUS-4558 (006) TIB# 8-4-039(019)-1 TIB# 9-E-039(007)-1
1
CONTENTS
CITY OF YAKIMA
Washington Ave. Widening / Reconstruction,
Median Removal & Sanitary Sewer
72nd Ave. to 52nd Ave.
City Project Nos. 1957 & 1958
Federal Aid Nos: STPUS-4558(006), TIB# 8-4-039(019)-1, TIB #9-E-039(007)-1
SECTION PAGE
INVITATION TO BID 5
STANDARD SPECIFICATIONS
Standard Specifications 7
Amendments to the 2004 Standard Specifications 7
CONTRACT PROVISIONS
General Special Provisions 101
Project Description 101
1-02 Bid Procedures and Conditions 102
1-03 Award and Execution of Contract 102
1-04 Scope of Work 102
1-05 Control of Work 103
1-06 Control of Materials 105
1-07 Legal Relations and Responsibilities to the Public 107
1-08 Prosecution and Progress 121
1-10 Temporary Traffic Control 122
1-99 APWA Supplement 123
2-01 Clearing, Grubbing, and Roadside Cleanup 125
2-02 Removal of Structures and Obstructions 125
2-07 Watering 126
2-09 Structure Excavation 127
4-06 Asphalt Treated Base 127
5-04 Asphalt Concrete Pavement 128
5-05 Cement Concrete Pavement 150
7-05 Manholes, Inlets, Catch Basins, and Drywells 151
7-08 General Pipe Installation Requirements 153
7-09 Water Mains 154
7-17 Sanitary Sewers 154
8-01 Erosion Control and Water Pollution Control 156
8-06 Cement Concrete Driveway Entrances 156
8-12 Chain Link Fence and Wire Fence 157
8-13 Monument Cases 157
8-14 Cement Concrete Sidewalks 158
8-20 Illumination, Traffic Signal Systems, and Electrical 159
8-30 Repair or Replacement (New Section) 162
9-03 Aggregates 163
9-05 Drainage Structures, Culverts, and Conduits 163
9-28 Signing Material and Fabrication 163
9-29 Illumination, signals, Electrical 163
STANDARD PLANS 166
Required Contract Provisions FHWA Form 1273 (Attached as a Supplement) 171
Contract Form 173
Performance Bond Form 175
Informational Certificate of Insurance 177
Informational Additional Insured Endorsement 179
3
Minimum Wage Affidavit Form 181
PREVAILING WAGE RATES
Prevailing Wage Rates 183
(State Wage and Federal Wage Rates attached as Supplements)
PROPOSAL
Proposal Form 185
Item Proposal Bid Sheet Schedule "A" 187
Item Proposal Bid Sheet Schedule "B" 191
Item Proposal Bid Sheet Schedule "C" 193
Bid Bond Fomi 195
Non -Collusion Declaration 197
Non -Discrimination Provision 199
Subcontractor List 201
Women and Minority Business Enterprise Policy 203
Council Resolution 205
Affirmative Action Plan • 207
Bidders Certification 209
DOT Form 420-004EF (Attachment) 211
Materially and Responsiveness 213
Proposal Signature Sheet 215
Bidders Check List 217
PLANS & DETAILS
Project Details
Standard Details
Traffic Control Plan
Construction Plans
4
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
INVITATION TO BID
NOTICE IS HEREBY GIVEN that sealed bids will be received by the City Clerk of the City of
Yakima, 129 North 2nd Street, Yakima, Washington, 98901 of Yakima, until 2:00 pm on August
25, 2005 and will then and there be opened and publicly read for the construction of
CITY OF YAKIMA
Washington Ave. Widening / Reconstruction, Median Removal
& Sanitary Sewer
City Project Nos. 1957 & 1958
Federal Aid Nos: STPUS — 4558 (006), TIB# 8-4-039(019)-1, TIB# 9-E-039(007)-1
This contract provides for the reconstruction, widening and realignment of 1.25 miles of a 2 -lane
roadway into a 5 -lane wide arterial street. The work on Washington Avenue, from 72nd Avenue to
52nd Avenue includes the approximate quantities of: clearing and grubbing; roadway excavation;
embankment in place; common borrow; 30,000 tons of CSBC; CSTC; 11,000 tons of ATB; 6,000
tons of Hot Mix Asphalt; 4,080 linear feet of 12" storm sewer pipe; 2,000 LF of 36" drainage
retention perforated pipe; 13,200 LF curb & gutter; 9,300 SY concrete sidewalk; fencing; an
illumination system; and other miscellaneous items, all in accordance with the Contract Plans,
Contract Provisions, and the Standard Specifications as prepared by the City Engineer of the City
of Yakima.
All bid proposals shall be accompanied by a bid proposal deposit in cash, certified check,
cashier's check or surety bond in an amount equal to five percent (5%) of the amount of such bid
proposal. Should the successful bidder fail to enter into such contract and furnish satisfactory
performance bond within the time stated in the specifications, the bid proposal deposit shall be
forfeited to the City of Yakima.
Plans and specifications may be obtained at the Office of the City Engineer located at 129 North
2nd Street upon payment of the amount of $75.00 for each set, non refundable.
Informational copies of maps, plans, and specifications are on file for inspection in the Office of
the City Engineer of Yakima in Yakima, Washington, and at Plan Centers in Yakima and
Kennewick, Washington.
A pre-bid conference will be held at Yakima City Hall CED Conference Room, Second Floor,
129 North 2nd Street, Yakima, Washington at 10:00 am on August 18, 2005. The conference
will feature project discussion, DBE Contractor participation, and the Affirmative Action Plan.
The City of Yakima in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252,
42 U.S.C. 2000d to 2000-4 and Title 49, Code of Federal Regulations, Department of
Transportation, subtitle A, Office of the Secretary, Part 21, nondiscrimination in federally
assisted programs of the Department of Transportation issued pursuant to such Act,
hereby notifies all bidders that it will affirmatively insure that in any contract entered into
pursuant to this advertisement, disadvantaged business enterprises will be afforded full
opportunity to submit bids in response to this invitation and will not be discriminated
against on the grounds of race, color or national origin in consideration for an award.
The City reserves the right to reject any or all bids and proposals.
DATED this 1st day of August, 2005
(SEAL) KAREN ROBERTS
CITY CLERK
PUBLISH: August 4, 2005
August 11, 2005
5
STANDARD SPECIFICATIONS
Standard Specifications
Amendments to the 2004 Standard Specifications
STANDARD SPECIFICATIONS
The 2004 Standard Specifications for Road, Bridge, and Municipal Construction published by the
Washington State Department of Transportation and the Washington State Chapter of the
American Public Works Association, by this reference, are made a part of these Contract
Documents. Except as may be amended, modified, or supplemented hereinafter, each section of
the Standard Specifications shall be considered as much a part of these Contract Documents as
if they were actually set forth herein.
INTRODUCTION
The following Amendments and Special Provisions shall be used in conjunction with the 2004
Standard Specifications for Road, Bridge, and Municipal Construction.
AMENDMENTS TO THE STANDARD SPECIFICATIONS
The following Amendments to the Standard Specifications are made a part of this contract and
supersede any conflicting provisions of the Standard Specifications. For informational purposes,
the date following each Amendment title indicates the implementation date of the Amendment or
the latest date of revision.
Each Amendment contains all current revisions to the applicable section of the Standard
Specifications and may include references which do not apply to this particular project.
SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE
PUBLIC
August 1, 2005
1-07.1 Laws to be Observed
The first, second, and fourth paragraphs are revised to read:
The Contractor shall always comply with all Federal, State, tribal or local laws,
ordinances, and regulations that affect work under the contract. The Contractor
shall indemnify, defend, and save harmless the State (including the Governor,
Commission, Secretary, and any agents, officers, and employees) against any
claims that may arise because the Contractor (or any employee of the Contractor or
subcontractor or materialperson) violated a legal requirement.
The Contractor shall be responsible for the safety of all workers and shall comply
with all appropriate state safety and health standards, codes, rules, and regulations,
including, but not limited to, those promulgated under the Washington Industry
Safety and Health Act RCW Chapter 49.17 (WISHA) and as set forth in Title 296
WAC (Department of Labor and Industries). The Contractor shall likewise be
obligated to comply with all federal safety and health standards, codes, rules, and
regulations that may be applicable to the contract work.
Without usurping the authority of other agencies, the Contracting Agency will
cooperate with them in their efforts to enforce legal requirements. Upon awareness
7
of a violation of a legal requirement, the Engineer will notify the Contractor in an
effort to achieve compliance. The Engineer may also notify the agency responsible
for enforcement if the Engineer deems that action is necessary to achieve
compliance with legal requirements. The Engineer will also assist the enforcement
agency to obtain Contractor compliance to the extent such assistance is consistent
with the provisions of the contract.
1-07.5 Fish and Wildlife and Ecology Regulations 1
The section title is revised to read:
1
1
1-07.5 Environmental Regulations
1-07.5(1) General
This section is revised to read:
Throughout the work, the Contractor shall comply with all current rules of the
resource agencies having jurisdiction over the affected areas. Some, though not all,
of these rules are summarized below. Any of these agencies may, without prejudice
to the Contracting Agency, add rules as needed to protect game, fish, or the
environment.
The following restrictions apply to all work:
No work shall occur within the jurisdictional areas unless authorized in the
contract provisions and associated environmental permits.
No materials shall be placed below the ordinary high water line except as may 1
be specified in the contract.
1
1
1
1
1
No equipment shall enter waters of the State, except as may be specified in the
contract.
1-07.5(2) State Department of Fish and Wildlife
Item 7 is deleted.
1
1
1-07.5(3) State Department of Ecology
This section is revised to read:
In doing the work, the Contractor shall:
1. Get a waste discharge permit from the Ecology Department before:
a. Washing aggregate; or
b. Discharging water from pit sites or excavations into a ground or surface
waterway when the water contains turbidity, silt, or foreign materials.
2. Give the Project Engineer a copy of each waste discharge permit before the work
begins.
3. Control drainage and erosion in a manner that reduces waterway pollution.
4. Perform work in such a manner that all materials and substances not specifically
identified in the contract documents to be placed in the water do not enter waters
of the State, including wetlands.
8
1
1
1
1
1
5. Use equipment that is free of external petroleum-based products.
6. Remove accumulations of soil and debris from drive mechanisms (wheels, tracks,
tires) and undercarriage of equipment prior to using equipment below the ordinary
high water line.
7. Clean loose dirt and debris from all materials placed below the ordinary high water
line. No materials shall be placed below the ordinary high water line without the
Engineer's approval.
8. Notify the Engineer and Ecology Department immediately should oil, chemicals, or
sewage spill into waters of the State.
1-07.7(2) Load Limit Restrictions
Item 1 is supplemented with the following:
If the Contractor desires to utilize work methods resulting in load that exceed any of the
restrictions described above, the Contractor shall submit calculations and other supporting
information (as specified in Section 6-01.6 for bridges under construction) to the Engineer for
approval in accordance with Sections 6-01.6 and 6-01.9. The Engineer will review the
calculations and supporting information to determine if the loading meets the criteria
specified in Section 6-01.6. The Contractor shall not place or operate construction vehicles
or equipment on or over the structure until receiving the Engineer's approval of the submittal.
1-07.11(10)B Required Records and Retention
The third and fourth paragraphs are revised to read:
Monthly Employment Utilization Reports
WSDOT Form #820-010 or substitute form as approved by the Contracting Agency. This
form is required for all federally assisted projects if the contract is equal to or greater then
$10,000 and for every associated subcontract equal to or greater than $10,000. These
monthly reports are to be maintained in the respective Contractor or subcontractor's records.
In addition, for contracts with a value of $100,000 or more, the Contractor shall submit
copies of the completed WSDOT form 820-010 or approved substitute to the Contracting
Agency by the fifth of each month throughout the term of the contract. The Contractor shall
also collect and submit these forms monthly from every subcontractor who holds a
subcontract with a value of $100,000 or more.
Failure to submit the required reports by their due dates may result in the withholding of
progress estimate payments.
1-07.13(4) Repair of Damage
This section is revised to read:
The Contractor shall promptly repair all damage to either temporary or permanent work as
directed by the Engineer. For damage qualifying for relief under Sections 1-07.13(1), 1-
07.13(2) or 1-07.13(3), payment will be made in accordance with Section 1-04.4 using the
estimated bid item "Reimbursement for Third Party Damage".
In the event the Contracting Agency pays for damage to the Contractor's work or for damage
to the Contractor's equipment caused by third parties, any claim the Contractor had or may
have had against the third party shall be deemed assigned to the Contracting Agency, to the
extent of the Contracting Agency's payment for such damage.
Payment will be limited to repair of damaged work only. No payment will be made for delay
or disruption of work.
9
For the purpose of providing a common proposal for all bidders, the Contracting Agency has
entered an amount for "Reimbursement For Third Party Damage" in the proposal to become
a part of the total bid by the Contractor.
1-07.14 Responsibility for Damage
The first paragraph is revised to read:
The State, Governor, Commission, Secretary, and all officers and employees of the State,
including but not limited to those of the Department, will not be responsible in any manner:
for any loss or damage that may happen to the work or any part; for any loss of material or
damage to any of the materials or other things used or employed in the performance of
work; for injury to or death of any persons, either workers or the public; or for damage to the
public for any cause which might have been prevented by the Contractor, or the workers, or
anyone employed by the Contractor.
The first sentence of the third paragraph is revised to read:
Subject to the limitations in this section, the Contractor shall indemnify, defend, and save
harmless the State, Governor, Commission, Secretary, and all officers and employees of the
State from all claims, suits, or actions brought for injuries to, or death of, any persons or
damages resulting from construction of the work or in consequence of any negligence
regarding the work, the use of any improper materials in the work, caused in whole or in part
by any act or omission by the Contractor or the agents or employees of the Contractor
during performance or at any time before final acceptance. In addition to any remedy
authorized by law, the State may retain so much of the money due the Contractor as
deemed necessary by the Engineer to ensure indemnification until disposition has been
made of such suits or claims.
This section is supplemented with the following:
The Contracting Agency will forward to the Contractor all claims filed against the State
according to RCW 4.92.100 that are deemed to have arisen in relation to the Contractor's
work or activities under this contract, and, in the opinion of the Contracting Agency, are
subject to the defense, indemnity, and insurance provisions of these Standard
Specifications. Claims will be deemed tendered to the Contractor and insurer, who has
named the State as a named insured or an additional insured under the contract's insurance
provisions, once the claim has been forwarded via certified mail to the Contractor The
Contractor shall be responsible to provide a copy of the claim to the Contractor's designated
insurance agent who has obtained/met the contract's insurance provision requirements.
Within 60 calendar days following the date a claim is sent by the Contracting Agency to the
Contractor, the Contractor shall notify the Claimant and WSDOT (Risk Management Office,
PO Box 47418, Olympia, WA 98504-7418) of the following:
a. whether the claim is allowed or is denied in whole or in part, and, if so, the specific
reasons for the denial of the individual claim, and if not denied in full, when
payment has been or will be made to the claimant(s) for the portion of the claim
that is allowed, or
b. if resolution negotiations are continuing. In this event, status updates will be
reported no longer than every 60 calendar days until the claim is resolved or a
lawsuit is filed.
If the Contractor fails to provide the above notification within 60 calendar days, then the
Contractor shall yield to the Contracting Agency sole and exclusive discretion to allow all or
part of the claim on behalf of the Contractor, and the Contractor shall be deemed to have
WAIVED any and all defenses, objections, or other avoidances to the Contracting
Agency's allowance of the claim, or the amount allowed by the Contracting Agency,
10
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
under common law, constitution, statute, or the contract and these Standard Specifications.
If all or part of a claim is allowed, the Contracting Agency will notify the Contractor via
certified mail that it has allowed all or part of the claim and make appropriate payments to
the claimant(s) with State funds.
Payments of State funds by the Contracting Agency to claimant(s) under this section will be
made on behalf of the Contractor and at the expense of the Contractor, and the Contractor
shall be unconditionally obligated to reimburse the Contracting Agency for the "total
reimbursement amount", which is the sum of the amount paid to the claimant(s), plus all
costs incurred by the Contracting Agency in evaluating the circumstances surrounding the
claim, the allowance of the claim, the amount due to the claimant, and all other direct costs
for the Contracting Agency's administration and payment of the claim on the Contractor's
behalf. The Contracting Agency will be authorized to withhold the total reimbursement
amount from amounts due the Contractor, or, if no further payments are to be made to the
Contractor under the contract, the Contractor shall directly reimburse the Contracting
Agency for the amounts paid within 30 days of the date notice that the claim was allowed
was sent to the Contractor. In the event reimbursement from the Contractor is not received
by the Contracting Agency within 30 days, interest shall accrue on the total reimbursement
amount owing at the rate of 12 per cent per annum calculated at a daily rate from the date
the contractor was notified that the claim was allowed. The Contracting Agency's costs to
enforce recovery of these amounts are additive to the amounts owing.
1-07.15(1) Spill Prevention, Control and Countermeasures Plan
This section is revised to read:
The Contractor shall prepare a project specific spill prevention, control and countermeasures
(SPCC) plan to be used for the duration of the project. The plan shall be submitted to the
Engineer prior to the commencement of any on site construction activities. The Contractor
shall maintain a copy of the plan at the work site, including any necessary updates as the
work progresses. If hazardous materials are encountered during construction, the
Contractor shall do everything possible to control and contain the material until appropriate
measures can be taken. Hazardous material, as referred to within this specification, is
defined in RCW 70.105.010 under "Hazardous Substances". Occupational safety and health
requirements that may pertain to SPCC planning are contained in but not limited to WAC
296-824 and WAC 296-843.
The SPCC plan shall address the following project -specific information:
1. SPCC Plan Elements
A. Site Information
Identify general site information useful in construction planning,
recognizing potential sources of spills, and identifying personnel
responsible for managing and implementing the plan.
B. Project Site Description
Identify staging, storage, maintenance, and refueling areas and their
relationship to drainage pathways, waterways, and other sensitive
areas. Specifically address:
the Contractor's equipment maintenance, refueling, and
cleaning activities.
the Contractor's on site storage areas for hazardous
materials.
C. Spill Prevention and Containment
For each of the locations identified in B, above, specifically address:
11
1. Spill prevention and containment measures to be used at
each location.
2. The method of collecting and treating, or disposing of runoff
from each location.
3. The method of diverting project runoff from each location.
D. Spill Response
Outline spill response procedures including assessment of the hazard,
securing spill response and personal protective equipment, containing
and eliminating the spill source, and mitigation, removal and disposal of
the material.
E. Standby, On -Site, Material and Equipment
The plan shall identify the equipment and materials the Contractor will
maintain on site to carry out the preventive and responsive measures for
the items listed.
F. Reporting
The plan shall list all federal, state and local agency telephone numbers
the Contractor must notify in the event of a spill.
G. Program Management
Identify site security measures, inspection procedures and personnel
training procedures as they relate to spill prevention, containment,
response, management and cleanup.
H. Preexisting Contamination
If preexisting contamination in the project area is described elsewhere in
the plans or specifications, the SPCC plan shall indicate measures the
Contractor will take to conduct work without allowing release or further
spreading of the materials.
I. Work Below the Ordinary High Water Line
Identify equipment that will be used below the ordinary high water line.
Outline daily inspection and cleanup procedures that ensure equipment
is free of all external petroleum-based products. Identify refueling
procedures for equipment that cannot be moved from below the ordinary
high water line.
2. Attachments
A. Site plan showing the locations identified in (1. B. and 1. C.) noted
previously.
B. Spill and Incident Report Forms, if any, that the Contractor will be using.
Implementation Requirements
The Contractor shall implement prevention and containment measures identified in the
SPCC plan prior to performing any of the following:
Placing materials or equipment in staging or storage areas
Equipment refueling
Equipment washing
Stockpiling contaminated materials
Payment
The lump sum contract price for the "SPCC Plan" shall be full pay for:
1. All costs associated with creating the SPCC plan.
12
2. All costs associated with providing and maintaining on site standby materials and
equipment described in the SPCC plan.
3. All costs associated with implementing the prevention and containment measures
identified in the approved SPCC plan.
As to other costs associated with spills the contractor may request payment as provided for
in the Contract. No payment shall be made if the spill was caused by or resulted from the
Contractor's operations, negligence or omissions.
1-07.16(1) Private/Public Property
This section is revised to read:
The Contractor shall not use Contracting Agency owned or controlled property other than
that directly affected by the contract work without the approval of the Engineer. If the
Engineer grants such approval, the Contractor shall then vacate the area when ordered to
do so by the Engineer. Approval to temporarily use the property shall not create any
entitlement to further use or to compensation for any conditions or requirements imposed.
The Contractor shall protect private or public property on or in the vicinity of the work site.
The Contractor shall ensure that it is not removed, damaged, destroyed, or prevented from
being used unless the contract so specifies.
Property includes land, utilities, trees, landscaping, improvements legally on the right-of-way,
markers, monuments, buildings, structures, pipe, conduit, sewer or water lines, signs, and
other property of all description whether shown on the plans or not.
If the Engineer orders , or if otherwise necessary, the Contractor shall install protection,
acceptable to the Engineer, for property such as that listed in the previous paragraph. The
Contractor is responsible for locating and protecting all property that is subject to damage by
the construction operation.
If the Contractor (or agents/employees of the Contractor) damage, destroy, or interfere with
the use of such property, the Contractor shall restore it to original condition. The Contractor
shall also halt any interference with the property's use. If the Contractor refuses or does not
respond immediately, the Engineer may have such property restored by other means and
subtract the cost from money that will be or is due the Contractor.
The Contractor may access the worksite from adjacent properties. The Contractor shall not
use or allow others to use this access to merge with public traffic. During non -working
hours, the Contractor shall provide a physical barrier that is either locked or physically
unable to be moved without equipment. The access shall not go through any existing
structures. The access may go through fencing. The Contractor shall control or prevent
animals from entering the worksite to the same degree that they were controlled before the
fence was removed. The Contractor shall prevent persons not involved in the contract work
from entering the worksite through the access or through trails and pathways intersected by
the access. If the contract documents require that existing trails or pathways be maintained
during construction, the Contractor will insure the safe passage of trail or pathway users.
The Contractor shall effectively control airborne particulates that are generated by use of the
access. The location and use of the access shall not adversely affect wetlands or sensitive
areas in any manner. The Contractor shall be responsible for obtaining all haul road
agreements, permits and/or easements associated with the access. The Contractor shall
replace any fence, repair any damage and restore the site to its original state when the
access is no longer needed. The Contractor shall bear all costs associated with this
worksite access.
13
1-07.16(2) Vegetation Protection and Restoration
The new paragraph below is inserted to follow the third paragraph:
Any pruning activity required to complete the work as specified shall be performed by
persons qualified as a Certified Arborist at the direction of the Engineer.
In the fifth paragraph, "Guide for Plant Appraisal, Eighth Edition" is revised to read "Guide for
Plant Appraisal, Current Edition".
1-07.16(3) Fences, Mailboxes, Incidentals
The first sentence in the first paragraph is revised to read:
The Contractor shall maintain any temporary fencing to prevent pedestrians from entering
the worksite and to preserve livestock, crops, or property when working through or adjacent
to private property.
1-07.18 Public Liability and Property Damage Insurance
This section is revised to read:
The Contractor shall obtain and keep in force the following policies of insurance. The
policies shall be with companies or through sources approved by the State Insurance
Commissioner pursuant to Chapter 48.05, RCW. Unless otherwise indicated below, the
policies shall be kept in force from the execution date of the contract until the date of
acceptance by the Secretary (Section 1-05.12).
1. Owners and Contractors Protective Insurance providing bodily injury and property
damage liability coverage with limits of $3,000,000 per occurrence and in the aggregate
for each policy period, written on Insurance Services Office (ISO) form CG0009
together with Washington State Department of Transportation Amendatory
Endorsement No. CG 29 08, specifying the State of Washington as a named insured.
The Contractor may choose to terminate this insurance after the date of Substantial
Completion as determined by the Engineer or, should Substantial Completion not be
achieved, after the date of Physical Completion as determined by the Engineer. In the
event the Contractor elects to terminate this coverage, prior to acceptance of the
contract, the Contractor shall first obtain an endorsement to the Commercial General
Liability Insurance described below that establishes the Contracting Agency on that
policy as an additional insured.
2. Commercial General Liability Insurance written under ISO Form CG0001 or its
equivalent with minimum limits of $3,000,000 per occurrence and in the aggregate for
each policy period. This protection may be a CGL policy or any combination of primary,
umbrella or excess liability coverage affording total liability limits of not less than
$3,000,000. Products and completed operations coverage shall be provided for a
period of one year following final acceptance of the work.
3. Commercial Automobile Liability Insurance providing bodily injury and property damage
liability coverage for all owned and nonowned vehicles assigned to or used in the
performance of the work with a combined single limit of not less than $1,000,000 each
occurrence with the State named as an additional insured in connection with the
Contractor's Performance of the contract.
The Owners and Contractors Protective Insurance policy shall not be subject to a deductible
or contain provisions for a deductible. The Commercial General Liability policy and the
Commercial Automobile Liability Insurance policy may, at the discretion of the Contractor,
contain such provisions. If a deductible applies to any claim under these policies, then
payment of that deductible will be the responsibility of the Contractor, notwithstanding any
14
claim of liability against the Contracting Agency. However in no event shall any provision for
a deductible provide for a deductible in excess of $50,000.00.
Prior to contract execution, the Contractor shall file with the Department of Transportation,
Contract Payment Section, P.O. Box 47420, Olympia, WA 98504-7420, ACORD Form
Certificates of Insurance evidencing the minimum insurance coverages required under these
specifications.
All insurance policies and Certificates of Insurance shall include a requirement providing for
a minimum of 45 days prior written notice to the Contracting Agency of any cancellation or
reduction of coverage. All insurance coverage required by this section shall be written and
provided by "occurrence -based" policy forms rather than by "claims made" forms.
Failure on the part of the Contractor to maintain the insurance as required shall constitute a
material breach of contract upon which the Contracting Agency may, after giving five
working days notice to the Contractor to correct the breach, immediately terminate the
contract or, at its discretion, procure or renew such insurance and pay any and all premiums
in connection therewith, with any sums so expended to be repaid to the Contracting Agency
on demand, or at the sole discretion of the Contracting Agency, offset against funds due the
Contractor from the Contracting Agency.
All costs for insurance, including any payments of deductible amounts, shall be considered
incidental to and included in the unit contract prices and no additional payment will be made.
1-07.20 Patented Devices, Materials, and Processes
This section is revised to read:
The Contractor shall assume all costs arising from the use of patented devices, materials, or
processes used on or incorporated in the work, and agrees to indemnify, defend, and save
harmless the State, Governor, Commission, Secretary, and their duly authorized agents and
employees from all actions of any nature for, or on account of the use of any patented
devices, materials, or processes.
1-07.23(1) Construction Under Traffic
The first paragraph is supplemented with the following:
The Contractor shall enter interstate highways only through legal movements from existing
roads, streets, and through other access points specifically allowed by the contract
documents.
The fourth sentence in the second paragraph is revised to read:
Deficiencies not caused by the Contractor's operations shall be repaired by the Contractor,
when ordered by the Engineer, at the Contracting Agency's expense.
In the sixth paragraph, 3. "C", the first sentence is revised to read:
Temporary concrete barrier or other approved barrier installed on the traffic side of the drop-
off with 2 feet between the drop-off and the back of the barrier and a new edge of pavement
stripe a minimum of 2 feet from the face of the barrier.
1-07.26 Personal Liability of Public Officers
This section is revised to read:
Neither the Governor, the Commission, the Secretary, the Engineer, nor any other officer or
employee of the State shall be personally liable for any acts or failure to act in connection
with the contract, it being understood that in such matters, they are acting solely as agents
of the State.
15
SECTION 1-09, MEASUREMENT AND PAYMENT
August 1, 2005
1-09.1 Measurement of Quantities
The third paragraph is supplemented with the following:
Hour - measured for each hour that work is actually performed. Portions of an hour will be
rounded up to a half hour.
1-09.6 Force Account
On page 1-91, under "For Labor", the fourth and fifth sentences in the second paragraph are
deleted.
1-09.7 Mobilization
Under the second paragraph, item 3 is revised to read:
When the substantial completion date has been established for the project, payment of any
amount bid for mobilization in excess of 10 percent of the total original contract amount will
be paid.
SECTION 1-10, TEMPORARY TRAFFIC CONTROL
August 1, 2005
Section 1-10 is revised in its entirety to read:
1-10.1 General
The Contractor, utilizing contractor labor and contractor -provided equipment and materials
(except when such labor, equipment or materials are to be provided by the Contracting
Agency as specifically identified herein), shall plan, manage, supervise and perform all
temporary traffic control activities needed to support the work of the contract.
1-10.1(1) Materials
Materials shall meet the requirements of the following sections:
Stop/Slow Paddles 9-35.1
Construction Signs 9-35.2
Wood Sign Posts 9-35.3
Sequential Arrow Signs 9-35.4
Portable Changeable Message Signs 9-35.5
Barricades 9-35.6
Traffic Safety Drums 9-35.7
Barrier Drums 9-35.8
Traffic Cones 9-35.9
Tubular Markers 9-35.10
Warning Lights and Flashers 9-35.11
Truck -Mounted Attenuator 9-35.12
1-10.1(2) Description
The Contractor shall provide flaggers, spotters and all other personnel required for labor for
traffic control activities and not otherwise specified as being furnished by the Contracting
Agency.
The Contractor shall perform all procedures necessary to support the contract work.
The Contractor shall provide signs and other traffic control devices not otherwise specified
as being furnished by the Contracting Agency. The Contractor shall erect and maintain all
16
construction signs, warning signs, detour signs, and other traffic control devices necessary
to warn and protect the public at all times from injury or damage as a result of the
Contractor's operations which may occur on or adjacent to highways, roads, or streets. No
work shall be done on or adjacent to the roadway until all necessary signs and traffic control
devices are in place.
The traffic control resources and activities described shall be used for the safety of the
public, of the Contractor's employees, and of the Contracting Agency's personnel and to
facilitate the movement of the traveling public. Traffic control resources and activities may
be used for the separation or merging of public and construction traffic when such use is in
accordance with a specific approved traffic control plan.
Upon failure of the Contractor to immediately provide flaggers; erect, maintain, and remove
signs; or provide, erect, maintain, and remove other traffic control devices when ordered to
do so by the Engineer, the Contracting Agency may, without further notice to the Contractor
or the Surety, perform any of the above and deduct all of the costs from the Contractor's
payments.
The Contractor shall be responsible for providing adequate labor, sufficient signs, and other
traffic control devices, and for performing traffic control procedures needed for the protection
of the work and the public at all times regardless of whether or not the labor, devices or
procedures have been ordered by the Engineer, furnished by the Contracting Agency, or
paid for by the Contracting Agency.
Wherever possible when performing contract work, the Contractor's equipment shall follow
normal and legal traffic movements. The Contractor's ingress and egress of the work area
shall be accomplished with as little disruption to traffic as possible. Traffic control devices
shall be removed by picking up the devices in a reverse sequence to that used for
installation. This may require moving backwards through the workzone. When located
behind barrier or at other locations shown on approved traffic control plans, equipment may
operate in a direction opposite to adjacent traffic.
The Contractor is advised that the Contracting Agency may have entered into operating
agreements with one or more law enforcement organizations for cooperative activities.
Under such agreements, at the sole discretion of the Contracting Agency, law enforcement
personnel may enter the workzone for enforcement purposes and may participate in the
Contractor's traffic control activities. The responsibility under the contract for all traffic
control resides with the Contractor and any such participation by law enforcement personnel
in Contractor traffic control activities will be referenced in the Special Provisions or will be
preceded by an agreement and, if appropriate, a cost adjustment. Nothing in this contract is
intended to create an entitlement, on the part of the Contractor, to the services or
participation of the law enforcement organization.
1-10.2 Traffic Control Management
1-10.2(1) General
It is the Contractor's responsibility to plan, conduct and safely perform the work. The
Contractor shall manage temporary traffic control with his or her own staff. Traffic control
management responsibilities shall be formally assigned to one or more company supervisors
who are actively involved in the planning and management of field contract activities. The
Contractor shall provide the Engineer with a copy of the formal assignment. The duties of
traffic control management may not be subcontracted.
The Contractor shall designate an individual or individuals to perform the duties of the
primary Traffic Control Supervisor (TCS). The designation shall also identify an alternate
TCS who can assume the duties of the primary TCS in the event of that person's inability to
perform. The TCS shall be responsible for safe implementation of approved Traffic Control
Plans provided by the Contractor.
17
The designated individuals shall be certified as worksite traffic control supervisors by one of
the organizations listed in the Special Provisions. Possession of a current flagging card by
the TCS is mandatory. A traffic control management assignment and a TCS designation are
required on all projects that will utilize traffic control.
The Contractor shall maintain 24-hour telephone numbers at which the Contractor's
assigned traffic control management personnel and the TCS can be contacted and be
available upon the Engineer's request at other than normal working hours. These persons
shall have the resources, ability and authority to expeditiously correct any deficiency in the
traffic control system.
1-10.2(1)A Traffic Control Management
The responsibilities of the Contractor's traffic control management personnel shall include:
1. Overseeing and approving the actions of the Traffic Control Supervisor (TCS) to
ensure that proper safety and traffic control measures are implemented and
consistent with the specific requirements created by the Contractor's workzones
and the Contract. Some form of oversight shall be in place and effective even
when the traffic control management personnel are not present at the jobsite.
2. Providing the Contractor's designated TCS with approved Traffic Control Plans
(TCPs) which are compatible with the work operations and traffic control for which
they will be implemented. Having the latest adopted edition of the Manual On
Uniform Traffic Control Devices for Streets and Highways (MUTCD,) including the
Washington State Modifications to the MUTCD and applicable standards and
specifications available at all times on the project.
3. Discussing proposed traffic control measures and coordinating implementation of
the Contractor -adopted traffic control plan(s) with the Engineer.
4. Coordinating all traffic control operations, including those of subcontractors and
suppliers, with each other and with any adjacent construction or maintenance
operations.
5. Coordinating the project's activities (such as ramp closures, road closures, and
lane closures) with appropriate police, fire control agencies, city or county
engineering, medical emergency agencies, school districts, and transit companies.
6. Overseeing all requirements of the contract that contribute to the convenience,
safety, and orderly movement of vehicular and pedestrian traffic.
7. Reviewing the TCS's diaries daily and being aware of field traffic control
operations.
8. Being present on-site a sufficient amount of time to adequately satisfy the above -
listed responsibilities.
Failure to carry out any of the above -listed responsibilities shall be a failure to comply with
the contract and may result in a suspension of work as described in Section 1-08.6.
1-10.2(1)B Traffic Control Supervisor
A Traffic Control Supervisor (TCS) shall be present on the project whenever flagging or
spotting or other traffic control labor is being utilized or less frequently, as authorized by the
Engineer.
18
The TCS shall personally perform all the duties of the TCS. During nonwork periods, the
TCS shall be available to the job site within a 45 -minute time period after notification by the
Engineer.
The TCS's duties shall include:
1. Having a current set of approved traffic control plans (TCPs), applicable contract
provisions as provided by the Contractor, the latest adopted edition of the
MUTCD, including the Washington State Modifications to the MUTCD, the book
Quality Guidelines for Work Zone Traffic Control Devices, and applicable
standards and specifications.
2: Inspecting traffic control devices and nighttime lighting for proper location,
installation, message, cleanliness, and effect on the traveling public. Traffic
control devices shall be inspected at least once per hour during working hours
except that Class A signs and nighttime lighting need to be checked only once a
week. Traffic control devices left in place for 24 hours or more shall also be
inspected once during the nonworking hours when they are initially set up (during
daylight or darkness, whichever is opposite of the working hours). The TCS shall
correct, or arrange to have corrected, any deficiencies noted during these
inspections.
3. Preparing a daily traffic control diary on each day that traffic control is performed
using DOT Forms 421-040A and 421-040B, and submitting them to the Engineer
no later than the end of the next working day. The Contractor may use alternate
forms if approved by the Engineer. Diary entries shall include, but not be limited
to:
a. Time of day when signs and traffic control devices are installed and
removed,
b. Location and condition of signs and traffic control devices,
c. Revisions to the traffic control plan,
d. Lighting utilized at night, and
e. Observations of traffic conditions.
4. Making minor revisions to the traffic control plan to accommodate site conditions
provided that the original intent of the traffic control plan is maintained and the
revision has the concurrence of both the Contractor and the Engineer.
5. Attending traffic control coordinating meetings or coordination activities as
necessary for full understanding and effective performance.
-6. Ensuring that all needed traffic control devices and equipment are available and in
good working condition prior to the need to install or utilize them.
The TCS may perform the work described in Section 1-10.3(1)A Flaggers and Spotters or
in Section 1-10.3(1)B Other Traffic Control Labor and be compensated under those bid
items, provided that the duties of the TCS are accomplished.
1-10.2(2) Traffic Control Plans
The traffic control plan or plans appearing in the contract documents show a method of
handling traffic. All construction signs, flaggers, spotters and other traffic control devices are
shown on the traffic control plan(s) except for emergency situations. Where mainline
contract traffic control plans are developed with the intent of operating without the use of
flaggers or spotters, the plans shall contain a note that states, "NO FLAGGERS OR
SPOTTERS". The use of flaggers or spotters to supplement these traffic control plans will
not be allowed except in a case where no other means of traffic control can be used or in the
event of an emergency. If the Contractor proposes the use of flaggers or spotters with one
19
of these plans, this will constitute a modification requiring approval by the Engineer. The
modified plans shall show locations for all the required advance warning signs and a safe,
protected location for the flagging station If flagging is to be performed during hours of
darkness, the plan shall include appropriate illumination for the flagging station.
When the Contractor's chosen method of performing the work in the contract requires some
form of temporary traffic control, the Contractor shall either: (1.) designate and adopt, in
writing, the traffic control plan or plans from the contract documents that support that
method; or (2.) submit a Contractor's plan that modifies, supplements or replaces a plan
from the contract documents. Any Contractor -proposed modification, supplement or
replacement shall show the necessary construction signs, flaggers, spotters and other traffic
control devices required to support the work. Any Contractor -proposed traffic control plan
shall conform to the established standards for plan development as shown in the MUTCD,
Part VI. The Contractor's submittal, either designating and adopting a traffic control plan
from the contract documents or proposing a Contractor -developed plan, shall be provided to
the Engineer for approval at least ten calendar days in advance of the time the signs and
other traffic control devices are scheduled to be installed and utilized. The Contractor shall
be solely responsible for submitting any proposed traffic control plan or modification,
obtaining the Engineer's approval and providing copies of the approved Traffic Control Plans
to the Traffic Control Supervisor.
1-10.2(3) Conformance to Established Standards
Flagging, signs, and all other traffic control devices and procedures furnished or provided
shall conform to the standards established in the latest WSDOT adopted edition of the
Manual On Uniform Traffic Control Devices for Streets and Highways (MUTCD,) .published
by the U.S. Department of Transportation and the Washington State Modifications to the
MUTCD. Judgment of the quality of devices furnished will be based upon Quality Guidelines
for Work Zone Traffic Control Devices, published by the American Traffic Safety Services
Association. Copies of the MUTCD and Quality Guidelines for Work Zone Traffic Control
Devices may be purchased from the American Traffic Safety Services Association, 15
Riverside Parkway, Suite 100, Fredericksburg, Virginia 22406-1022. The Washington State
Modifications to the MUTCD may be obtained from the Department of Transportation,
Olympia, Washington 98504.
In addition to the standards of the MUTCD described above, the Contracting Agency has
scheduled the implementation of crashworthiness requirements for most workzone devices.
The National Cooperative Highway Research Project (NCHRP) Report 350 has established
requirements for crash testing. Workzone devices are divided into four categories. Each of
those categories and, where applicable, the schedule for implementation is described below:
Category 1 includes those items that are small and lightweight, channelizing, and delineating
devices that have been in common use for many years and are known to be crashworthy by
crash testing of similar devices or years of demonstrable safe performance. These include
cones, tubular markers, flexible delineator posts, and plastic drums. All Category 1 devices
used on the project shall meet the requirements of NCHRP 350 as certified by the
manufacturer of the device.
Category 2 includes devices that are not expected to produce significant vehicular velocity
change, but may otherwise be hazardous. Examples of this class are barricades, portable
sign supports and signs, intrusion alarms and vertical panels. All new Category 2 devices
purchased after October 1, 2000 shall meet the requirements of NCHRP 350. Existing
equipment, purchased prior to October 1, 2000, may be used on the project until December
31, 2007. For the purpose of definition, a sign support and sign shall be considered a single
unit. A new sign may be purchased for an existing sign support and the entire unit will be
defined as "existing equipment."
Category 3 is for hardware expected to cause significant velocity changes or other
potentially harmful reactions to impacting vehicles. Barriers, fixed sign supports, crash
20
cushions, truck mounted attenuators (TMA's) and other work zone devices not meeting the
definitions of Category 1 or 2 are examples from this category. Many Category 3 devices
are defined in the design of the project. Where this is the case, NCHRP 350 requirements
have been incorporated into the design and the Contractor complies with the requirements
by constructing devices according to the plans and specifications. Where the device is a
product chosen by the Contractor, the device chosen must be compliant with the
requirements of NCHRP 350.
Category 4 includes portable or trailer -mounted devices such as arrow displays, temporary
traffic signals, area lighting supports, and portable changeable message signs. There is
presently no implementation schedule for mandatory crashworthiness compliance for these
devices.
The condition of signs and traffic control devices shall be acceptable or marginal as defined
in the book Quality Guidelines for Work Zone Traffic Control Devices, and will be accepted
based on a visual inspection by the Engineer. The Engineer's decision on the condition of a
sign or traffic control device shall be final. A sign or traffic control device determined to be
unacceptable shall be removed from the project and replaced within 12 hours of notification.
1-10.3 Traffic Control Labor, Procedures and Devices
1-10.3(1) Traffic Control Labor
The Contractor shall furnish all personnel for flagging, spotting, for the execution of all
procedures related to temporary traffic control and for the setup, maintenance and removal
of all temporary traffic control devices and construction signs necessary to control traffic
during construction operations.
Workers engaged as flaggers or spotters shall wear reflective vests and hard hats. During
hours of darkness, white coveralls or white or yellow rain gear shall also be worn. The vests
and other apparel shall be in conformance with Section 1-07.8.
1-10.3(1)A Flaggers and Spotters
Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or
where directed by the Engineer. All flaggers and spotters shall possess a current flagging
card issued by the State of Washington, Oregon, Montana, or Idaho. The flagging card shall
be immediately available and shown to the Contracting Agency upon request.
Flagging stations shall be shown on Traffic Control Plans at locations where construction
operations require stopping or diverting public traffic. Flagging stations shall be staffed only
when flagging is required. This staffing may be continuous or intermittent, depending on the
nature of the construction activity. Whenever a flagger is not required to stop or divert traffic,
the flagger shall move away from the flagging station to a safer location. During hours of
darkness, flagging stations shall be illuminated in a manner that insures that flaggers can
easily be seen but that does not cause glare to the traveling public. Flaggers shall be
equipped with portable two-way radios, with a range suitable for the project. The radios
shall be capable of having direct contact with project management (foremen,
superintendents, etc.).
The Contractor shall furnish the MUTCD standard Stop/Slow paddles for all flagging
operations. The specification for Stop/Slow paddles in Section 9-35.1 requires 24" paddles
and all new paddles purchased for the project shall conform to those provisions. Previously
specified 18" paddles may be used at the request of the Contractor until December 31,
2005.
Spotting stations shall be shown on Traffic Control Plans , at locations where a spotter can
detect errant drivers or other hazards and provide an effective warning to other workers.
Spotting stations will not be allowed at locations where the spotter will be in unnecessary
21
danger. The Contractor shall furnish noise -makers or other effective warning devices for
spotting operations. The duties of a spotter shall not include flagging.
1-10.3(1)B Other Traffic Control Labor
In addition to flagging or spotting duties, the Contractor shall provide personnel for all other
traffic control procedures required by the construction operations and for the labor to install,
maintain and remove any traffic control devices shown on Traffic Control Plans.
1-10.3(2) Traffic Control Procedures
1-10.3(2)A One -Way Traffic Control
The project work may require that traffic be maintained on a portion of the roadway during
the progress of the work using one-way traffic control. If this is the case, the Contractor's
operation shall be confined to one-half the roadway, permitting traffic on the other half. If
shown on an approved traffic control plan or directed by the Engineer, one-way traffic
control, in accordance with the MUTCD, shall be provided and shall also conform to the
following requirements:
In any one-way traffic control configuration, side roads and approaches will be closed or
controlled by a flagger or by appropriate approved signing. A side road flagger will
coordinate with end flaggers where there is line of sight and with the pilot car where the end
flaggers cannot be seen.
Queues of vehicles will be allowed to take turns passing through the workzone in the single
open lane. When one-way traffic control is in effect, Contractor vehicles shall not use the
opentraffic lane except while following the same rules and routes required of the public
traffic.
As conditions permit, the Contractor shall, at the end of each day, leave the work area in
such condition that it can be traveled without damage to the work, without danger to traffic,
and without one-way traffic control. If, in the opinion of the Engineer, one-way traffic control
cannot be dispensed with after working hours, then the operation will be continued
throughout the non -working hours.
.1-10.3(2)B Rolling Slowdown
For work operations on multi -lane roadways that necessitate short-term roadway closures of
15 minutes or less, the Contractor may implement a rolling slowdown. Where included in an
approved traffic control plan, a rolling slowdown shall be accomplished using one traffic
control vehicle with flashing amber lights for each lane to be slowed down plus one control
vehicle to serve as a chase vehicle for traffic ahead of the blockade. The traffic control
vehicles shall enter the roadway and form a moving blockade to reduce traffic speeds and
create a clear area in front of the moving blockade to accomplish the work without a total
stoppage of traffic.
A portable changeable message sign shall be placed ahead of the starting point of the traffic
control to warn traffic of the slowdown. The sign shall be placed far enough ahead of the
work to avoid any expected backup of vehicles.
The location where the traffic control vehicles shall begin the slowdown and the speed at
which the moving blockade will be allowed to travel will be calculated to accommodate the
estimated time needed for closure. The chase control vehicle shall follow the slowest
vehicle ahead of the blockade. When the chase vehicle passes, the Contractor may begin
the work operation. In the event that the work operation is not completed when the moving
blockade reaches the site, all work except that necessary to clear the roadway shall cease
immediately and the roadway shall be cleared and reopened as soon as possible.
All ramps and entrances to the roadway between the moving blockade and work operation
shall be temporarily closed using flaggers. Radio communications between the work
22
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
operation and the moving blockade shall be established and utilized to adjust the speed of
the blockade to accommodate the closure time needed.
1-10.3(2)C Lane Closure Setup/Takedown
Where allowed by the contract and where shown on approved traffic control plans or
directed by the Engineer, the Contractor shall set up traffic control measures to close one or
more lanes of a multi -lane facility. When this is to occur, the following sequence shall be
followed:
1. Advance warning signs are set up on the shoulder of the roadway opposite the
lane to be closed,
2. Advance warning signs are set up on the same shoulder as the lane to be closed,
3. A truck -mounted attenuator, with arrow board, is moved into place at the
beginning of the closure taper,
4. Channelization devices are placed to mark the taper and the length of the closure
as shown on the traffic control plan.
Once the lane is closed, the TMA/arrow board combination may be replaced with
an arrow board without attenuator.
If additional lanes are to be closed, this shall be done in sequence with previous lane
closures using the same sequence of activities. A truck -mounted attenuator with arrow
board is required during the process of closing each additional lane and may be replaced
with an arrow board without attenuator after the lane is closed. Each closed lane shall be
marked with a separate arrow board at all times.
Traffic control for lane closures shall be removed in the reverse order of its installation.
1-10.3(2)0 Mobile Operations
Where construction operations are such that movement along the length of a roadway is
continuous or near -continuous to the extent that a stationary traffic control layout will not be
effective, the Contractor shall implement a moving, or mobile, traffic control scheme. Such
moving control shall always be conducted in the same direction as the adjacent traffic.
Where shown on an approved traffic control plan or where directed by the Engineer, mobile
traffic control shall consist of portable equipment, moving with the operation. A portable
changeable message sign shall be established in advance of the operation, far enough back
to provide warning of both the operation and of any queue of traffic that has formed during
the operation. The advance sign shall be continuously moved to stay near the back of the
queue at all times. A truck -mounted attenuator, with arrow board, shall be positioned and
maintained at a fixed distance upstream of the work. A shadow vehicle, with truck -mounted
attenuator shall be positioned and maintained immediately upstream of the work.
1-10.3(2)E Patrol & Maintain Traffic Control Measures
At all times, when temporary traffic control measures are in place, the Contractor shall
provide for patrolling and maintaining these measures. The work shall consist of resetting
mislocated devices, assuring visibility of all devices, cleaning and repairing where
necessary, providing maintenance for all equipment, including replacing batteries andlight
bulbs as well as keeping motorized and electronic items functioning, and adjusting the
location of devices to respond to actual conditions, such as queue length, unanticipated
traffic conflicts and other areas where planned traffic control has proven ineffective.
This work shall be performed by the Contractor, either by or under the direction of the Traffic
Control Supervisor. Personnel, with vehicles if necessary, shall .be dispatched so that all
23
traffic control can be reviewed at least once per hour during working hours and at least once
during each non -working day.
1-10.3(3) Traffic Control Devices
1-10.3(3)A Construction Signs
All construction signs required by approved traffic control plans, as well as any other
appropriate signs directed by the Engineer shall be furnished by the Contractor. The
Contractor shall provide the posts or supports and erect and maintain the signs in a clean,
neat, and presentable condition until the need for them has ended. Post mounted signs
shall be installed as shown in Standard Plans G-1 and G -4a. Sign attachment to posts shall
conform to the applicable detail shown in Standard Plan G -9b. When the need for
construction signs has ended, the Contractor, upon approval of the Engineer, shall remove
all signs, posts, and supports from the project and they shall remain the property of the
Contractor.
No passing zones on the existing roadway that are marked with paint striping and which
striping is to be obliterated by construction operations shall be replaced by "Do Not Pass"
and "Pass With Care" signs. The Contractor shall provide and install the posts and signs.
The signs shall be maintained by the Contractor until they are removed or until the contract
is physically completed. When the project includes striping by the Contractor, the signs and
posts shall be removed by the Contractor when .the no passing zones are reestablished by
striping. The signs and posts will become the property of the Contractor. When the
Contractor is not responsible for striping and when the striping by others is not completed
when the project is physically completed, the posts and signs shall be left in place and shall
become the property of the Contracting Agency.
All existing signs, new permanent signs installed under this contract, and construction signs
installed under this contract that are inappropriate for the traffic configuration at a given time
shall be removed or completely covered with metal, plywood, or an Engineer approved
product specifically manufactured for sign covering during periods when they are not
needed.
Construction signs will be divided into two classes. Class A construction signs are those
signs that remain in service throughout the construction or during a major phase of the work.
They are mounted on posts, existing fixed structures, or substantial supports of a semi-
permanent nature. Class A signs will be designated as such on the approved Traffic Control
Plan. "Do Not Pass" and "Pass With Care" signs are classified as Class A construction
signs. Sign and support installation for Class A signs shall be in accordance with the
Contract Plans or the Standard Plans. Class B construction signs are those signs that are
placed and removed daily, or are used for short durations which may extend for one or more
days. They are mounted on portable or temporary mountings.
Where it is necessary to add weight to signs for stability, the only allowed method will be a
bag of sand that will rupture on impact. The bag of sand shall have a maximum weight of 40
pounds, and shall be suspended no more than 1 foot from the ground.
Signs, posts, or supports that are lost, stolen, damaged, destroyed, or which the Engineer
deems to be unacceptable while their use is required on the project shall be replaced by the
Contractor.
1-10.3(3)B Sequential Arrow Signs
Where shown on an approved traffic control plan or where ordered by the Engineer, the
Contractor shall provide, operate and maintain sequential arrow signs. In some locations,
the sign will be shown as a unit with an attenuator. In other locations, the plan will indicate a
stand-alone unit.
24
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1-10.3(3)C Portable Changeable Message Sign
Where shown on an approved traffic control plan or where ordered by the Engineer, the
Contractor shall provide, operate and maintain portable changeable message signs. These
signs shall be available, on-site, for the entire duration of their projected use.
1-10.3(3)D Barricades
Where shown on an approved traffic control plan or where ordered by the Engineer, the
Contractor shall provide, install and maintain barricades. Barricades shall be kept in good
repair and shall be removed immediately when, in the opinion of the Engineer, they are no
longer functioning as designed.
Where it is necessary to add weight to barricades for stability, the only allowed method will
be a bag of sand that will rupture on impact. The bag of sand shall have a maximum weight
of 40 pounds, and shall be suspended no more than 1 foot from the ground.
1-10.3(3)E Traffic Safety Drums
Where shown on an approved Traffic Control Plan, or where ordered by the Engineer, the
Contractor shall provide, install and maintain traffic safety drums.
Used drums may be utilized, provided all drums used on the project are of essentially the
same configuration.
The drums shall be designed to resist overturning by means of a weighted lower unit that will
separate from the drum when impacted by a vehicle.
Drums shall be regularly maintained to ensure that they are clean and that the drum and
reflective material are in good condition. If the Engineer determines that a drum has been
damaged beyond usefulness, or provides inadequate reflectivity, a replacement drum shall
be furnished.
When the Engineer determines that the drums are no longer required, they shall be removed
from the project and shall remain the property of the Contractor.
1-10.3(3)F Barrier Drums
Where shown on approved Traffic Control Plans and as ordered by the Engineer, barrier
drums shall be placed on temporary concrete barrier at the following approximate spacing:
Concrete Barrier
Placement
Tangents 1/2 mile or less
Tangents greater thian 1/2 mile
Tapers and Curves
Note 1
Note 2
Barrier Drum
Spacing in Feet
2 times posted speed limit
4 times posted speed limit
posted speed limit
A minimum of 3 barrier drums shall be used.
A minimum of 5 barrier drums shall be used.
Temporary concrete barrier reflectors may be excluded when using barrier drums.
Both legs of the barrier drums shall be completely filled with sand. The top oval should not
be filled.
Used barrier drums may be used, provided all barrier drums used on the project are of
essentially the same configuration.
Barrier drums shall be regularly maintained to ensure that they are clean and that the barrier
drum and reflective material are in good condition. If the Engineer determines that a barrier
25
drum has been damaged beyond usefulness, or provides inadequate reflectivity, a
replacement barrier drum shall be furnished.
When the Engineer determines that the drums are no longer required, they shall be removed
from the project and shall remain the property of the Contractor.
1-10.3(3)G Traffic Cones
Where shown on an approved traffic control plan or where ordered by the Engineer, the
Contractor shall provide, install and maintain traffic cones. Cones shall be kept in good
repair and shall be removed immediately when directed by the Engineer. Where wind or
moving traffic frequently displace cones, an effective method of stabilizing cones, such as
stacking two together at each location, shall be employed.
1-10.3(3)H Tubular Markers
Where shown on an approved traffic control plan or where ordered by the Engineer, the
Contractor shall provide, install and maintain tubular markers. Tubular markers shall be kept
in good repair and shall be removed immediately when directed by the Engineer. Tubular
markers are secondary devices and are not to be used as substitutes for cones or other
delineation devices without an approved traffic control plan.
Where the Traffic Control Plan shows pavement -mounted tubular markers, the adhesive
used to fasten the base to the pavement shall be suitable for the purpose, as approved by
the Engineer. During the removal of pavement -mounted tubular markers, care shall be
taken to avoid damage to the existing pavement. Any such damage shall be repaired by the
Contractor at no cost to the Contracting Agency.
1-10.3(3)1 Warning Lights and Flashers
Where shown attached to traffic control devices on an approved traffic control plan or where
ordered by the Engineer, the Contractor shall provide and maintain flashing warning lights.
Lights attached to advance warning signs shall be Type B, high-intensity. Lights attached to
traffic safety drums, barricades or other signs shall be Type C, steady -burning low intensity
or, where attention is to be directed to a specific device, Type A, flashing low -intensity units.
1-10.3(3)J Truck -Mounted Attenuator
Where shown on an approved traffic control plan or where ordered by the Engineer, the
Contractor shall provide, operate and maintain truck -mounted impact attenuators (TMA).
These attenuators shall be available, on-site, for the entire duration of their projected use.
The TMA shall be positioned to separate and protect construction workzone activities from
normal traffic flow.
During use, the attenuator shall be in the full down -and -locked position. For stationary
operations, the truck's parking brake shall be set.
1-10.4 Measurement
1-10.4(1) Lump Sum Bid for Project (No Unit Items)
When the bid proposal contains the item "Project Temporary Traffic Control", there will be no
measurement of unit items for work defined by Section 1-10 except as described in Section
1-10.4(3). Also, except as described in Section 1-10.4(3), all of Sections 1-10.4(2) and 1-
10.5(2) is deleted.
No specific unit of measurement will apply to the lump sum item of "Project Temporary
Traffic Control."
26
1-10.4(2) Item Bids with Lump Sum for Incidentals
When the bid proposal does not contain the item "Project Temporary Traffic Control",
Sections 1-10.4(1) and 1-10.5(1) are deleted and the bid proposal will contain some or all of
the following items, measured as noted.
No specific unit of measurement will apply to the lump sum item of "Traffic Control
Supervisor."
"Flaggers and Spotters" will be measured by the hour. Hours will be measured for each
flagging or spotting station, shown on an approved Traffic Control Plan, when that station is
staffed in accordance with Section 1-10.3(1)A. When a flagging station is staffed on an
intermittent basis, no deduction will be made in measured hours provided that the person
staffing the station is in a standby mode and is not performing other duties.
"Other Traffic Control Labor" will be measured by the hour. With the exception of patrolling
and maintaining, hours will be measured for each person engaged in any one of the
following activities:
• Operating a pilot vehicle during one-way piloted traffic control.
Operating a traffic control vehicle or a chase vehicle during a rolling slowdown
operation.
Operating a vehicle or placing/removing traffic control devices during the setup or
takedown of a lane closure. Performing preliminary work to prepare for placing
and removing these devices.
• Operating any of the moving traffic control equipment, or adjusting signing during
a mobile operation as described in Section 1-10.3(2)D.
• Patrolling and maintaining traffic control measures as described in Section 1-
10.3(2)E. The hours of one person will be measured for each patrol route
necessary to accomplish the review frequency required by the provision,
regardless of the actual number of persons per route.
• Placing and removing Class B construction signs. Performing preliminary work to
prepare for placing and removing these signs.
• Relocation of Portable Changeable Message Signs within the project limits.
• Installing and removing Barricades, Traffic Safety Drums, Barrier Drums, Cones,
Tubular Markers and Waming Lights and Flashers to carry out approved Traffic
Control Plan(s). Performing preliminary work to prepare for installing these
devices.
Time spent on activities other than those listed will not be measured under this item.
"Construction Signs, Class A" will be measured by the square foot of panel area for each
sign designated on an approved Traffic Control Plan as Class A or for each construction sign
installed as ordered by the Engineer and designated as Class A at the time of the order.
Class A signs may be used in more than one location and will be measured for each new
installation. Class B construction signs will not be measured. Sign posts or supports will not
be measured.
"Sequential Arrow Sign" will be measured by the hour for the time that each sign is operating
as shown on an approved Traffic Control Plan or as directed by the Engineer.
27
"Portable Changeable Message Sign" will be measured per each one time only for each
portable changeable message sign used on the project. The final pay quantity shall be the
maximum number of such signs in place at any one time as approved by the Engineer.
"Operation of Portable Changeable Message Sign" will be measured by the hour for each
hour of operation. The hours of operation will be determined by the Engineer. Hours of
operation in excess of those determined by the Engineer will be at the Contractor's expense.
"Truck Mounted Impact Attenuator" will be measured per each one time only for each truck
with mounted impact attenuator used on the project. The final pay quantity shall be the
maximum number of truck -mounted impact attenuators in place at any one time.
"Operation of Truck -Mounted Impact Attenuator" will be measured by the hour for each
truck -mounted attenuator manned and operated. Manned and operated shall be when the
truck -mounted impact attenuator has an operator and is required to move, in operating
position, with the construction operation or when moving the TMA from one position to
another on the project.
No specific unit of measurement will apply to the force account item of "Repair Truck -
Mounted Impact Attenuator".
No specific unit of measurement will apply to the lump sum item of "Other Temporary Traffic
Control".
1-10.4(3) Reinstating Unit Items with Lump Sum Traffic Control
The contract provisions may establish the project as lump sum, in accordance with Section
1-10.4(1) and also include one or more of the items included above in Section 1-10.4(2).
When that occurs, the corresponding measurement provision in Section 1-10.4(2) is not
deleted and the work under that item will be measured as specified.
1-10.4(4) Owner -Provided Resources
The contract provisions may call for specific items of labor, materials or equipment, noted in
Section 1-10 as the responsibility of the Contractor, to be supplied by the Contracting
Agency. When this occurs, there will be no adjustment in measurement of unit quantities.
1-10.5 Payment
1-10.5(1) Lump Sum Bid for Project (No Unit Items)
"Project Temporary Traffic Control", lump sum.
The lump sum contract payment shall be full compensation for all costs incurred by the
Contractor in performing the contract work defined in Section 1-10, except for costs
compensated by bid proposal items inserted through contract provisions as described in
Section 1-10.4(3).
1-10.5(2) Item Bids with Lump Sum for Incidentals
"Traffic Control Supervisor", lump sum.
The lump sum contract payment shall be full compensation for all costs incurred by the
Contractor in performing the contract work defined in Section 1-10.2(1)B.
"Flaggers and Spotters", per hour.
The unit contract price, when applied to the number of units measured for this item in
accordance with Section 1-10.4(2), shall be full compensation for all costs incurred by the
Contractor in performing the contract work defined in Section 1-10.3(1)A.
"Other Traffic Control Labor", per hour.
The unit contract price, when applied to the number of units measured for this item in
accordance with Section 1-10.4(2), shall be full compensation for all labor costs incurred by
28
the Contractor in performing the contract work specifically mentioned for this item in Section
1-10.4(2).
"Construction Signs Class A", per square foot.
The unit contract price, when applied to the number of units measured for this item in
accordance with Section 1-10.4(2), shall be full compensation for all costs of labor, materials
and equipment incurred by the Contractor in performing the contract work described in
Section 1-10.3(3)A. In the event that "Do Not Pass" and "Pass With Care" signs must be left
in place, a change order, as described in Section 1-04.4, will be required. When the bid
proposal contains the item "Sign Covering", then covering those signs indicated in the
contract will be measured and paid according to Section 8-21.
"Sequential Arrow Sign", per hour.
The unit contract price, when applied to the number of units measured for this item in
accordance with Section 1-10.4(2), shall be full compensation for all costs of labor, materials
and equipment incurred by the Contractor in performing the contract work described in
Section 1-10.3(3)B.
"Portable Changeable Message Sign", per each.
The unit contract price, when applied to the number of units measured for this item in
accordance with Section 1-10.4(2), shall be full compensation for all costs of labor, materials
and equipment incurred by the Contractor in procuring all portable changeable message
signs required for the project and for transporting these signs to and from the project.
"Operation of Portable Changeable Message Sign", per hour.
The unit contract price, when applied to the number of units measured for this item in
accordance with Section 1-10.4(2), shall be full compensation for all costs of labor, materials
and equipment incurred by the Contractor in performing the contract work described in
Section 1-10.3(3)C except for costs compensated separately under the items "Other Traffic
Control Labor" and "Portable Changeable Message Sign".
"Truck -Mounted Impact Attenuator", per each.
The unit contract price, when applied to the number of units measured for this item in
accordance with Section 1-10.4(2), shall be full compensation for all costs of labor, materials
and equipment incurred by the Contractor in performing the contract work described in
Section 1-10.3(3)J except for costs compensated separately under the items "Operation of
Truck -Mounted Impact Attenuator" and "Repair Truck -Mounted Impact Attenuator".
"Operation of Truck -Mounted Impact Attenuator", per hour.
The unit contract price, when applied to the number of units measured for this item in
accordance with Section 1-10.4(2), shall be full compensation for all costs of labor, materials
and equipment incurred by the Contractor in operating truck -mounted impact attenuators on
the project.
"Repair Truck -Mounted Impact Attenuator", by force account.
All costs of repairing or replacing truck -mounted impact attenuators that are damaged by the
motoring public while in use as shown on an approved Traffic Control Plan will be paid for by
force account as specified in Section 1-09.6. To provide a common proposal for all bidders,
the Contracting Agency has estimated the amount of force account for "Repair Truck -
Mounted Impact Attenuator" and has entered the amount in the Proposal to become a part
of the total bid by the Contractor. Truck -mounted attenuators damaged due to the
Contractor's operation or damaged in any manner when not in use shall be repaired or
replaced by the Contractor at no expense to the Contracting Agency.
"Other Temporary Traffic Control", lump sum.
The lump sum contract payment shall be full compensation for all costs incurred by the
Contractor in performing the contract work defined in Section 1-10, and which costs are not
compensated by one of the above -listed items.
29
1-10.5(3) Reinstating Unit Items with Lump Sum Traffic Control
The contract provisions may establish the project as lump sum, in accordance with Section
1-10.4(1) and also reinstate the measurement of one or more of the items described in
Section 1-10.4(2). When that occurs, the corresponding payment provision in Section 1-
10.5(2) is not deleted and the work under that item will be paid as specified.
SECTION 1-99, APWA SUPPLEMENT
August 1, 2005
1-01.3 Definitions (APWA only) page 1-119
The first paragraph under "Add the following:" is revised to read:
All references in the Standard Specifications to the terms "State", "Governor", "Department
of Transportation", 'Washington State Transportation Commission", "Commission",
"Secretary of Transportation", "Secretary", "Headquarters", and "State Treasurer" shall be
revised to read "Contracting Agency".
Section 1-04.2 (APWA Only) page 1-125
The second paragraph is revised to read:
Any inconsistency in the parts of the contract shall be resolved by following this order of
precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth):
1. Addenda,
2. Proposal Form,
3. Special Provisions,
4. Contract Plans,
5. Amendments to Division 1-99 APWA Supplement
6. Division 1-99 APWA Supplement
7. Amendments to the WSDOT/APWA Standard Specifications,
8. WSDOT/APWA Standard Specifications for Road, Bridge and Municipal
Construction
9. Contracting Agency's Standard Plans (if any)
10. WSDOT/APWA Standard Plans for Road, Bridge and Municipal Construction
Section 1-07.18.4 (APWA Only) Page 1-134 and 1-135
This section is revised to read:
When the Contractor delivers the executed contract for the work to the Contracting Agency it
shall be accompanied by a Certificate(s) of Insurance and endorsements for each policy of
insurance meeting the requirements set forth above. The certificate must conform to the
following requirements:
An ACORD certificate Form 25-S, showing the insuring company, policy effective dates,
limits of liability and the Schedule of Forms and Endorsements.
A copy of the endorsement naming Contracting Agency and any other entities required by
the Contract Provisions as Additional Insured(s), and stating that coverage is primary and
noncontributory, showing the policy number, and signed by an authorized representative of
the insurance company on Form CG2010 (ISO) or equivalent.
The certificate(s) shall not contain the following or similar wording regarding cancellation
notification to the Contracting Agency: "Failure to mail such notice shall impose no obligation
or liability of any kind upon the company."
30
1
Section 1-10 Temporary Traffic Control (APWA Only) page 141
This section is revised to read:
1-10.1(2) Description (APWA only)
The third paragraph is revised to read:
The Contractor shall provide flaggers, signs, and other traffic control devices not
otherwise specified as being furnished by the Contracting Agency. The Contractor
shall erect and maintain all construction signs, warning signs, detour signs, and other
traffic control devices necessary to warn and protect the public at all times from injury
or damage as a result of the Contractor's operations which may occur on highways,
roads, streets, sidewalks, or paths. No work shall be done on or adjacent to any
traveled wav until all necessary signs and traffic control devices are in place
SECTION 2-02, REMOVAL OF STRUCTURES AND OBSTRUCTIONS
August 1, 2005
2-02.3(3) Removal of Pavement, Sidewalks, and Curbs
The section title is revised to read:
2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters
The first sentence is revised to read:
In removing pavement, sidewalks, curbs, and gutters, the Contractor shall:
Item 3 is revised to read:
3. Make a vertical saw cut between any existing pavement, sidewalk, curb, or gutter that
is to remain and the portion to be removed.
2-02.4 Measurement
This section is supplemented with the following:
No specific unit of measurement shall apply to the lump sum item of removal of structures
and obstruction.
2-02.5 Payment
The second paragraph is revised to read:
If pavements, sidewalks, curbs, or gutters lie within an excavation area, their removal will be
paid for as part of the quantity removed in excavation.
SECTION 2-03, ROADWAY EXCAVATION AND EMBANKMENT
January 5, 2004
2-03.3(14)D Compaction and Moisture Control Tests
This section is revised to read:
Maximum density and optimum moisture content shall be determined by one
methods:
1. Materials with Tess than 30 percent by weight retained on the U
shall be determined using FOP for AASHTO T 99 Method A.
31
of the following
.S. No. 4 sieve
2. Materials with 30 percent or more by weight retained on the U.S. No. 4 sieve and
less than 30 percent retained on the 3/4 inch sieve shall be determined by
WSDOT Test Method No. 606 or FOP for AASHTO T 180 Method D. The
determination of which test procedure to use will be made solely by the
Contracting Agency.
3. Materials with 30 percent or more retained on the 3/4 inch sieve shall be
determined by WSDOT Test Method No. 606.
In place density will be determined using Test Methods WSDOT FOP for AASHTO T 310
and WSDOT SOP for T 615.
SECTION 2-09, STRUCTURE EXCAVATION
August 1, 2005
2-09.3(1)E Backfilling
The first paragraph under Timing is revised to read:
Backfill shall not be placed against any concrete structure until the concrete has attained 90
percent of its design strength and a minimum age of 14 days, except that reinforced
concrete retaining walls 15 feet in height or less may be backfilled after the wall has attained
90 percent of its design compressive strength and curing requirements of Section 6-02.3(11)
are met. Footings and columns may be backfilled as soon as forms have been removed, so
long as the backfill is brought up evenly on all sides.
2-09.3(3)A Preservation of Channel
This section is revised to read:
When foundations or substructures are to be built in or next to running streams, the
Contractor shall:
1. Excavate inside cofferdams, caissons, or sheet piling unless dredging or open pit
excavation is permitted.
2. Backfill foundations placed inside cofferdams and behind sheet piling prior to
removing cofferdams or sheet piling. This backfill shall be level with the original
stream bed and shall prevent scouring.
3. Remove any excavation material that may have been deposited in or near the
stream so that the watercourse is free from obstruction.
4. Maintain water depth and horizontal clearances required for traffic to pass on
navigable streams, furnishing any channel signals or lights required during
construction.
5. Place riprap around the outside of cofferdams, as specified, to repair local scour.
2-09.4 Measurement
In the third paragraph, the width for pipes 18 inches and over is revised to (1.5 x I.D.) + 18
inches.
32
SECTION 2-10, DITCH EXCAVATION
April 5, 2004
2-10.1 Description
The second paragraph is supplemented with the following:
Ditches 8 or more feet wide at the bottom shall be constructed in accordance with the
requirements of Section 2-03.3(14)M.
SECTION 4-04, BALLAST AND CRUSHED SURFACING
January 5, 2004
4-04.3(5) Shaping and Compaction
In the first paragraph, the first sentence is revised to read:
Immediately following spreading and final shaping, each layer of surfacing shall be
compacted to at least 95 percent of the standard density determined by the requirements of
Section 2-03.3(14)D before the next succeeding layer of surfacing or pavement is placed.
SECTION 5-04, HOT MIX ASPHALT
August 1, 2005
5-04.3(7)A Mix Design
The first paragraph "1. General", is revised to read:
1. General. Prior to the production of HMA, the Contractor shall determine a design
aggregate structure and asphalt binder content in accordance with WSDOT Standard
Operating Procedure 732. Once the design aggregate structure and asphalt binder
content have been determined, the Contractor shall provide test data demonstrating
that the design meets the requirements of Sections 9-03.8(2) and 9-03.8(6) on WSDOT
HMA Mix Design Submittal form 350-042. In no case shall the paving begin before the
determination of anti -strip requirements has been made.
5-04.3(8)A Acceptance Sampling and Testing - HMA Mixture
In Item 2 (Aggregates) the second sentence is revised to read:
The acceptance criteria for aggregate properties of sand equivalent, fine aggregate
angularity and fracture will be their conformance to the requirements of Section 9-03.8(2).
In item 3, C. (Test Results), the second and third paragraphs are revised to read:
Sublot sample test results (gradation and asphalt binder content) may be challenged by the
Contractor. For HMA mixture accepted by statistical evaluation with a mix design that did
not meet the verification tolerances, the test results in the test section including the percent
air voids (Va) may be challenged. To challenge test results, the Contractor shall submit a
written challenge within five working days after receipt of the specific test results. A split of
the original acceptance sample will be sent for testing to either the Region Materials Lab or
the State Materials Lab as determined by the Project Engineer. The split of the sample with
challenged results will not be tested with the same equipment or by the same tester that ran
the original acceptance test. The challenge sample will be tested for a complete gradation
analysis and for asphalt binder content.
The results of the challenge sample will be compared to the original results of the
acceptance sample test and evaluated according to the following criteria:
33
Deviation
U.S No. 4 sieve and larger
U.S. No. 8 sieve
U.S. No. 200 sieve
Asphalt binder %
Va %
Item 3, D. (Test Methods) is revised to read:
Percent passing ±4.0
Percent passing ±2.0
Percent passing ±0.4
Percent binder content ±0.3
Percent Va ±0.7
D. Test Methods
Testing of HMA for compliance of volumetric properties (VMA, VFA and Va) will be by
WSDOT Standard Operating Procedure SOP 731. Testing for compliance of asphalt
binder content will be by WSDOT FOP for AASHTO T 308. Testing for compliance of
gradation will be by WAQTC FOP for AASHTO T 27/T 11.
In item 3,E (Test Section - HMA Mixture) the first sentence in the third paragraph is revised to
read:
For a test section to be acceptable, with or without a verified mix design, the pay factor (PFi)
for each of gradation, asphalt binder, VMA, VFA and Va shall be 0.95 or greater, and the
remaining test requirements in Section 9-03.8(2) (dust/asphalt ratio, sand equivalent, fine
aggregate angularity and fracture) shall conform to the requirements of that Section.
5-04.3(13) Surface Smoothness
In the first paragraph, the second sentence is revised to read:
The completed surface of the wearing course shall not vary more than 1/8 inch from the
lower edge of a 10 -foot straightedge placed on the surface parallel to the centerline.
5-04.4 Measurement
The first sentence is revised to read:
HMA CL. _ PG _, HMA for CL. PG _, and Commercial HMA will be
measured by the ton in accordance with Section 1-09.2, with no deduction being made for
the weight of asphalt binder, blending sand, mineral filler, or any other component of the
mixture.
5-04.5 Payment
The statement for the pay item " Pavement Repair Excavation Incl. Haul" is revised to read:
The unit contract price per square yard for "Pavement Repair Excavation Incl. Haul" shall be
full payment for all costs incurred to perform the work described in Section 5-04.3(5)E with
the exception, however, that all costs involved in the placement of HMA shall be included in
the unit contract price per ton for "HMA for Pavement Repair Cl. PG ", per ton.
SECTION 6-02, CONCRETE STRUCTURES
August 1, 2005
6-02.2 Materials
This section is supplemented with the following:
Microsilica Fume 9-23.11
6-02.3(2) Proportioning Materials
This section is revised to read:
34
The total water soluble Chloride ion (CI-) content of the mixed concrete shall not exceed
0.06 percent by weight of cementitious material for prestressed concrete nor 0.10 percent by
weight of cementitious material for reinforced concrete. An initial evaluation may be
obtained by testing individual concrete ingredients for total chloride ion content per AASHTO
T 260 and totaling these to determine the total water soluble Chloride ion (CI-) or the total
water soluble Chloride ion (Cl-) in accordance with ASTM C 1218.
Unless otherwise specified, the Contractor shall use Type I or II Portland cement in all
concrete as defined in Section 9-01.2(1).
The use of fly ash is required for Class 4000D and 4000P concrete. The use of fly ash -and
ground granulated blast furnace slag is optional for all other classes of concrete.
Fly ash, if used, shall not exceed 35 percent by weight of the total cementitious material and
shall conform to Section 9-23.9. Ground granulated blast furnace slag, if used, shall not
exceed 25 percent by weight of the total cementitious material and shall conform to Section
9-23.10. When both ground granulated blast furnace slag and fly ash are included in the
concrete mix, the total weight of both these materials is limited to 35 percent by weight of the
total cementitious material.
The water/cement ratio shall be calculated on the total weight of cementitious material. The
following are considered cementitious materials: Portland cement, fly ash, ground
granulated blast furnace slag and microsilica.
As an alternative to the use of fly ash, ground granulated blast furnace slag and cement as
separate components, a blended hydraulic cement that meets the requirements of Section
9-01.2(4) Blended Hydraulic Cements may be used.
6-02.3(2)A Contractor Mix Design
The seventh paragraph is revised to read:
A high -range water reducer (superplasticizer) may be used in all mix designs. Microsilica
fume may be used in all mix designs. The use of a high -range water reducer or microsilica
fume shall be submitted as a part of the Contractor's concrete mix design.
6-02.3(4) Ready -Mix Concrete
This section is revised to read:
All concrete, except commercial concrete and lean concrete shall be batched in a
prequalified manual, semi-automatic, or automatic plant as described in Section 6-02.3(4)A.
The Engineer is not responsible for any delays to the Contractor due to problems in getting
the plant certified.
6-02.3(4)A Qualification of Concrete Suppliers
The first paragraph is revised to read:
Prequalification may be obtained through an inspection conducted by the Plant Manager,
defined as the person directly responsible for the daily plant operation, using the NRMCA or
WSDOT checklist, through certification by NRMCA, or by an independent evaluation certified
by a professional engineer using NRMCA or Contracting Agency guidelines. Information
concerning NRMCA certification may be obtained from the National Ready Mix Concrete
Association at 900 Spring Street, Silver Springs, MD 20910. The Contracting Agency and
the NRMCA certification have similar requirements for plant and delivery equipment.
Whereas Plant Manager certification shall be done prior to the start of a project and every
six months throughout the life of the project, the NRMCA certification shall be good for a two
year period.
If prequalification is done by the Plant Manager the following shall be performed:
35
1. The checklist cover page shall be signed by the Plant Manager and notarized.
2. The signed and notarized cover page shall be submitted to the Project Engineer
with the concrete mix design (WSDOT Form 350-040), water meter verification,
truck list, and admixture dispensing certification.
3. The checklists shall be maintained by the Plant Manager and are subject to review
at any time by the Contracting Agency.
4. The water meter shall be verified every six months.
In the first sentence of the eighth paragraph, "Engineer" is revised to "Plant Manager".
6-02.3(5)A General
In the fourth paragraph, item 2 is revised to read:
2. An individual strength test averaged with the two preceding individual strength tests
meets or exceeds specified strength (for the same class and exact mix I.D. of concrete
on the same contract).
6-02.3(5)C Conformance to Mix Design
This section is revised to read:
Cement, coarse and fine aggregate weights shall be within the following tolerances of the
mix design:
Batch Volumes less than or equal to 4 cubic yards
Cement +5% -1 %
Aggregate +10% -2%
Batch Volumes more than 4 cubic yards
Cement +5% -1%
Aggregate +2% -2%
If the total cementitious material weight is made up of different components, these
component weights shall be within the following tolerances:
1. Portland cement weight plus 5% or minus 1 percent of that specified in the
mix design.
2. Fly ash weight plus or minus 5 percent of that specified in the mix design.
3. Microsilica weight plus or minus 10 percent of that specified in the mix
design.
Water shall not exceed the maximum water specified in the mix design.
6-02.3(6)A Weather and Temperature Limits to Protect Concrete
The section "Cold Weather Protection" is revised to read:
The Contractor is solely responsible for protecting concrete from inclement weather during
the entire curing period. The Contractor shall provide a written procedure for cold weather
concreting to the Engineer for review and approval. The procedure shall detail how the
Contractor will prevent the concrete temperature from falling below 50° F. Extra protection
shall be provided for areas especially vulnerable to freezing (such as exposed top surfaces,
corners and edges, thin sections, and concrete placed into steel forms). Permission given
by the Engineer to place concrete during cold weather will in no way ensure acceptance of
the work by the Contracting Agency. Should the concrete placed under such conditions
36
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
prove unsatisfactory in any way, the Engineer shall still have the right to reject the work
although the plan and the work were carried out with the Engineer's permission.
If weather forecasts predict air temperatures below 35° F during the seven days just after the
concrete placement, the Contractor may place the concrete only if his approved cold
weather concreting plan is implemented.
The Contractor shall provide and maintain a maturity meter in the concrete at a location
specified by the Engineer for each concrete placement. During curing, data from the
maturity meter shall be readily available to the Engineer. The Contractor shall record and
provide time and temperature data on hourly intervals.
The Contractor shall not mix nor place concrete while the air temperature is below 35° F,
unless the water or aggregates (or both) are heated to at least 70° F. The aggregate shall
not exceed 150° F. If the water is heated to more than 150° F, it shall be mixed with the
aggregates before the cement is added. Any equipment and methods shall heat the
materials evenly. Concrete placed in shafts and piles is exempt from such preheating
requirements.
The Contractor may warm stockpiled aggregates with dry heat or steam, but not by applying
flame directly or under sheet metal. If the aggregates are in bins, steam or water coils or
other heating methods may be used if aggregate quality is not affected. Live steam heating
is not permitted on or through aggregates in bins. If using dry heat, the Contractor shall
increase mixing time enough to permit the super -dry aggregates to absorb moisture.
Any concrete placed in air temperatures below 35° F shall be immediately protected. In
addition to the monitoring of the concrete temperature with a maturity meter the Contractor
shall provide recording thermometers or other approved devices to monitor the surface
temperature of the concrete. The concrete surface temperature shall be maintained at or
above 50° F and the relative humidity shall be maintained above 80 percent. These
conditions shall be maintained for a minimum of seven days or for the cure period required
by Section 6-02.3(11), whichever is longer. If artificial heat is used to maintain the
temperature inside an enclosure, moisture shall be added to the enclosure to maintain the
humidity as stated above. The Contractor shall stop adding moisture 24 hours before
removing the heat.
If at any period during curing the concrete temperature falls below 50° F on the maturity meter or
recording thermometer, no curing time is awarded for that day and the required curing time will be
extended day for day where the temperature falls below 50° F. Should the Contractor fail to
adequately protect the concrete and the temperature of the concrete falls below 35° F during
curing, the Engineer may reject it.
Section 6-02.3(6) is supplemented with the following:
6-02.3(6)D Protection Against Vibration
Freshly placed concrete shall not be subjected to excessive vibration and shock waves
during the curing period until it has reached a 2000 psi minimum compressive strength for
concrete Class 4000 and lower strength classes of concrete. For higher strength classes of
concrete, the minimum compressive strength for ending the vibration restriction shall be the
concrete Class designation (specified in psi) divided by two.
After the first 5 hours from the time the concrete has been placed and consolidated, the
Contractor shall keep all vibration producing operations at a safe horizontal distance from
the freshly placed concrete by following either the prescriptive safe distance method or the
monitoring safe distance method. These requirements for the protection of freshly placed
concrete against vibration shall not apply for plant cast concrete, pile driving, shaft
installation or soldier pile shaft installation operations, nor shall they apply to the vibrations
caused by the traveling public. See Section 6-05.3(11)H, Shaft Special Provisions, and
37
Section 6-16 respectively for pile driving, shaft installation, and soldier pile shaft installation
operations.
Prescriptive Safe Distance Method
After the concrete has been placed and consolidated, the Contractor shall keep all
vibration producing operations at a safe horizontal distance from the freshly placed
concrete as follows:
MINIMUM
COMPRESSIVE
STRENGTH, f 'c
(1)
(2)
(3)
< 1000 psi
1000 psi to < 1400 psi
1400 psi to 2000 psi
SAFE HORIZONTAL DISTANCE (1)
EQUIPMENT
CLASS L (2)
EQUIPMENT
CLASS H (3)
75 feet
30 feet
15 feet
125 feet
50 feet
25 feet
The safe horizontal distance shall be reduced to 10 feet for small rubber tire
construction equipment like backhoes under 50,000 pounds, concrete placing
equipment, and legal highway vehicles if such equipment travels at speeds
of:
❑ <_5 mph on relatively smooth roadway surfaces or
❑ 5_3 mph on rough roadway surfaces (i.e. with potholes)
Equipment Class L (Low Vibration) shall include tracked dozers under 85,000
pounds, track vehicles, trucks (unless excluded above), hand operated jack
hammers, cranes, auger drill rig, caisson drilling, vibratory roller compactors
under 30,000 pounds.
Equipment Class H (High Vibration) shall include machine operated impact
tools, pavement breakers, and other large pieces of equipment. •
After the concrete has reached a minimum compressive strength specified above, the
safe horizontal distance restrictions would no longer apply.
Monitoring Safe Distance Method
The Contractor may monitor the vibration producing operations in order to decrease the
safe horizontal distance requirements of the prescriptive safe distance method. If this
method is chosen, all construction operations that produce vibration or shock waves in
the vicinity of freshly placed concrete shall be monitored by the Contractor with
monitoring equipment sensitive enough to detect a minimum peak particle velocity
(PPV) of 0.10 inches per second Monitoring devices shall be placed on or adjacent to
the freshly placed concrete when the measurements are taken. During the time
subsequent to the concrete placement, the Contractor shall cease all vibration or shock
producing operations in the vicinity of the newly placed concrete when the monitoring
equipment detects excessive vibration and shock waves defined as exceeding the
following PPV's:
MINIMUM COMPRESSIVE MAXIMUM PPV
STRENGTH, f 'c
< 1000 psi
1000 psi to < 1400 psi
1400 psi to 2000 psi
0.10 in / sec
10 in / sec
2.0 in/sec
After the concrete has reached a minimum compressive strength specified above, the
safe horizontal distance restrictions would no longer apply.
38
6-02.3(11) Curing Concrete
In the first paragraph, item 3 is supplemented with the following:
When continuous moisture or wet curing is required, the Contractor shall keep the concrete
surfaces wet with water during curing.
The first sentence in the second paragraph is revised to read:
The Contractor may provide continuous moisture by watering a covering of heavy quilted
blankets, by keeping concrete surfaces wet with water continuously and covering with a
white reflective type sheeting, or by wetting the outside surfaces of wood forms.
The third paragraph is revised to read:
When curing Class 4000D, two coats of curing compound that complies with Section 9-23.2
shall be applied immediately (not to exceed 15 min.) after tining any portion of the deck. The
surface shall be covered with presoaked heavy quilted blankets or burlap as soon as the
concrete has set enough to allow covering without damaging the finish. Soaker hoses are
required and shall be placed on top of burlap or blankets and shall be charged with water
frequently to keep the entire deck covering wet during the course of curing
The second sentence in the fourth paragraph is revised to read:
The compound shall be applied immediately after finishing.
The first sentence in the seventh paragraph is revised to read:
The Contractor shall cover the top surfaces with white, reflective sheeting, leaving it in place
for at least ten days.
6-02.3(17)F Bracing
The table following the third paragraph of the sub section Temporary Bracing For Bridge
Girders is supplemented with the following:
Girder Series Distance In Inches
Prestressed concrete tub girders with webs with flanges 30
WF42G, WF50G, WF58G, WF74G, W83G, and W95G 70
W32BTG, W38BTG, and W62BTG 70
WF74PTG, W83PTG, and W95PTG 72
6.02.3(17)K Concrete Forms on Steel Spans
The following new paragraph is inserted between the second and third paragraphs:
The compression member or bottom connection of cantilever formwork support brackets
shall bear either within six inches maximum vertically of the bottom flange or within six
inches maximum horizontally of a vertical web stiffener The Contractor shall also furnish
and install temporary struts and ties to prevent rotation of the steel girder. Partial depth
cantilever formwork support brackets that do not conform to the above requirements shall
not be used, unless the Contractor submits details showing the additional formwork struts
and ties used to brace the steel girder against web distortion caused by the partial depth
bracket, and receives the Engineer's approval of the submittal.
6-02.3(17)0 Early Concrete Test Cylinder Breaks
The third sentence in the first paragraph is revised to read:
The Contractor shall retain a testing laboratory to perform this work.
The first paragraph is supplemented with the following:
39
Testing laboratories' equipment shall be calibrated within one year prior to testing and
testers shall be either ACI certified or qualified in accordance with AASHTO R 18.
The first sentence in the fifth paragraph is revised to read:
The Contractor shall furnish the Engineer with all test results, proof of equipment calibration,
and tester's certification.
The sixth paragraph is deleted.
6-02.3(19)A Elastomeric Bearing Pads
This section including title is revised to read:
6-02.3(19)A Vacant
6-02.3(19)B Bridge Bearing Assemblies
Item 4 is deleted.
6-02.3(20) Grout for Anchor Bolts and Bridge Bearings
The eighth paragraph is supplemented with the following:
The grout pad may be loaded when a minimum of 4000 psi compressive strength is attained.
6-02.3(21) Drainage of Box Girder Cells
This section is supplemented with the following:
All drainage holes shall be screened in accordance with the Plan details.
6-02.3(22) Drainage of Substructure
The second sentence in the first paragraph is supplemented with the following:
Weep holes shall be covered with geotextile meeting the requirements of Section 9-33.2,
Table 2 Class C before backfilling. Geotextile screening shall be bonded to the concrete with
an approved adhesive.
6-02.3(24)C Placing and Fastening
The fifteenth paragraph beginning with "Reinforcing steel bars shall not vary..." is supplemented
with the following:
Drilled Shafts top of rebar cage elevation +6 in./ -3 in.
6-02.3(24)E Welding Reinforcing Steel
The ninth paragraph is revised to read:
The minimum preheat and interpass temperature for welding Grade 60 reinforcing bars shall
be in accordance with AWS D1.4 Table 5.2 and mill certification of carbon equivalence, per
lot of reinforcing. Preheating shall be applied to the reinforcing bars and other splice
members within 6 inches of the weld, unless limited by the available lengths of the bars or
splice member.
The twelfth paragraph is revised to read:
Under supervision of the State Materials and Fabrication Inspector, the welder shall weld
three test joints of the largest size reinforcing bar to be weld spliced, per type of joint shown
in the Plans. Two of the test welds shall be test loaded to no less than 125 percent of the
minimum specified yield strength of the bar. The remaining test weld shall be mechanically
cut perpendicular to the direction of the welding and macroetched. The macroetch
specimen for Flare V groove welds will be inspected for the weld size and effective throat as
40
1
1
1
1
1
1
1
1
1
1
1
1
1
1
shown in the Plans. Indirect butt splices shall be cut mechanically at two locations to
provide a transverse cross-section of each of the bars spliced in the test assembly. The
sections shall show the full cross-section of the weldment, the root of the weld, and any
reinforcement. The etched cross-section shall have complete penetration and complete
fusion with the base metal and between successive passes in the weld. Groove welds of
direct butt splices and flare -groove welds shall not have reinforcement exceeding 1/8 inch in
height measured from the main body of the bar and shall have a gradual transition to the
base metal surface. No cracks will be allowed in either the weld metal or heat -affected
zone. All craters shall be filled to the full cross-section of the weld. Weld metal shall be free
from overlay. Undercutting deeper than 1/32 inch will not be allowed except at points where
welds intersect the raised pattern of deformations where undercutting less than 1/16 inch
deep will be acceptable. The sum of diameters of piping porosity in groove welds shall not
exceed 1/8 inch in any linear inch of weld or exceed 9/16 inch in any 6 -inch length of weld.
Corrections to welds with shielded metal arc, gas metal arc, or flux -cored arc welding
processes shall be made in accordance with Engineer's approval.
6-02.3(25) Prestressed Concrete Girders
The fourth paragraph is replaced with the following:
The various types of girders are:
Prestressed Concrete Girder — Refers to prestressed concrete girders of all types,
including prestressed concrete I girders, prestressed concrete wide flange I girders,
bulb tee girders, deck bulb tee girders, thin flange deck bulb tee girders, precast
prestressed concrete members, spliced prestressed concrete girders, and prestressed
concrete tub girders.
Prestressed Concrete I Girder — Refers to a prestressed concrete girder with a
flanged I shaped cross section, requiring a cast -in-place concrete deck to support traffic
loads. WSDOT standard girders in this category include Series W42G, W50G, W58G,
and W74G.
Prestressed Concrete Wide Flange I Girder — Refers to a prestressed concrete
girder with an I shaped cross section with wide top and bottom flanges, requiring a
cast -in-place concrete deck to support traffic loads. WSDOT standard girders in this
category include Series WF42G, WF50G, WF58G, WF74G, W83G, and W95G.
Bulb Tee Girder — Refers to a prestressed concrete girder, with a' wide top flange
requiring a cast -in-place concrete deck to support traffic Toads. WSDOT standard
girders in this category include Series W32BTG, W38BTG, and W62BTG.
Deck Bulb Tee Girder — Refers to a bulb tee girder with a top flange designed to
support traffic loads, and designed to be mechanically connected at the flange edges to
adjacent girders at the job site. Except where specific requirements are otherwise
specified for these girders, deck bulb tee girders shall conform to all requirements
specified for bulb tee girders. WSDOT standard girders in this category include Series
W35DG, W41 DG, W53DG, and W65DG.
Thin Flange Deck Bulb Tee Girder — Refers to a bulb tee girder with a top flange
width equal to the girder spacing and requiring a cast -in-place concrete deck to support
traffic loads. Except where specific requirements are otherwise specified for these
girders, thin flange deck bulb tee girders shall conform to all requirements specified for
bulb tee girders. WSDOT standard girders in this category include Series W32TFG,
W38TFG, W50TFG, and W62TFG.
Precast Prestressed Member (PCPS Member) — Refers to a precast prestressed
slab, precast prestressed ribbed section, or a deck double tee girder PCPS members
are designed to be mechanically connected at the flange or member edges to adjacent
41
PCPS members at the job site. Except where specific requirements are otherwise
specified for these girders, PCPS members shall conform to all requirements specified
for deck bulb tee girders.
Spliced Prestressed Concrete Girder — Refers to prestressed concrete girders
initially fabricated in segments to be longitudinally spliced together with cast -in-place
concrete closures at the job site. Except where specific requirements are otherwise
specified for these girders, spliced prestressed concrete girders shall conform to all
requirements specified for prestressed concrete girders. Anchorages shall conform to
Sections 6-02.3(26)B, 6-02.3(26)C, and 6-02.3(26)D. Ducts shall conform to the
Section 6-02.3(26)E requirements for internal embedded installation, and shall be
round, unless the Engineer approves use of elliptical shaped ducts. Duct -wedge plate
transitions shall conform to Section 6-02.3(26)E. Prestressing reinforcement shall
conform to Section 6-02.3(26)F. WSDOT standard girders in this category include
Series WF74PTG, W83PTG, and W95PTG.
Prestressed Concrete Tub Girder — Refers to prestressed concrete trapezoidal box
or bathtub girders including those fabricated in segments to be spliced together with
cast -in-place concrete closures at the job site. Except where specific requirements are
otherwise specified for these girders, prestressed concrete tub girders shall conform to
all requirements specified for prestressed concrete girders and spliced prestressed
concrete girders. WSDOT standard girders in this category include Series U**G* or
Series UF**G*, where U specifies webs without flanges, UF specifies webs with
flanges, ** specifies the girder height in inches, and * specifies the bottom flange width
in feet.
6-02.3(25)A Shop Plans
The second, third and fourth paragraphs are revised to read:
Shop plans shall show the size and location of all cast -in holes for installation of deck
formwork hangers and/or temporary bracing. Holes for formwork hangers shall match
approved deck formwork plans designed in accordance with Section 6-02.3(16). There shall
be no field -drilled holes in prestressed concrete girders. Post -tensioning ducts in spliced
prestressed concrete girders shall be located so their center of gravity is in accordance with
the Plans.
The Contractor shall have the option to furnish Series W74G prestressed concrete girders
with minor dimensional differences from those shown in the Plans. The 2 5/8 -inch top flange
taper may be reduced to 1 5/8 inches and the bottom flange width may be increased to 2
feet 2 inches. Other dimensions of the girder shall be adjusted as necessary to
accommodate the above mentioned changes. Reinforcing steel shall be adjusted as
necessary. The overall height and top flange width shall remain unchanged.
If the Contractor elects to provide a prestressed concrete girder with an increased web
thickness, shop plans along with supporting design calculations shall be submitted to the
Engineer for approval prior to girder fabrication. The girder shall be designed for at least the
same load carrying capacity as the girder shown in the Plans. The load carrying capacity of
the mild steel reinforcement shall be the same as that shown in the Plans.
The sixth paragraph is revised to read:
The Contractor shall provide five copies of the shop plans to the Engineer for approval,
except as otherwise noted. Shop drawings for spliced prestressed concrete girders shall
conform to Section 6-02.3(26)A, and seven copies of the shop drawings shall be submitted
to the Engineer for approval. The shop drawings for spliced prestressed concrete girders
shall include all details related to the post -tensioning operations in the field, including details
of hardware required, tendon geometry, blockout details, and details of additional or
modified steel reinforcing bars required in cast -in-place closures. Approval of shop plans
42
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
means only that the Engineer accepts the methods and materials. Approval does not imply
correct dimensions.
6-02.3(25)B Casting
The first paragraph is revised to read:
Before casting girders, the Contractor shall have possession of an approved set of shop
drawings. Side forms shall be steel except that cast -in-place concrete closure forms for
spliced prestressed concrete girders, interior forms of prestressed concrete tub girders, and
end bulkhead forms of prestressed concrete girders may be plywood. Interior voids for
precast prestressed slabs with voids shall be formed by either wax soaked cardboard or
expanded polystyrene forms. The interior void forms shall be secured in the position as
shown in the Plans and shall remain in place.
The fourth paragraph is revised to read:
Air -entrainment is not required in the concrete placed into prestressed precast concrete
girders, including cast -in-place concrete closures for spliced prestressed concrete girders.
The sixth paragraph is revised to read:
The Contractor may form circular block-outs in the girder top flanges to receive falsework
hanger rods. These block-outs shall:
1. Not exceed 1 inch in diameter;
2. Be spaced no more than 72 inches apart longitudinally on the girder;
3. Be located 3 inches or more from the outside edge of the top flange on Series
W42G, W50G, W58G, girders, and all prestressed concrete tub girders with webs
with flanges, 6 inches or more for Series W74G girders, and 7 inches or more for
Series WF42G, WF50G, WF58G, WF74G, WF74PTG, W83G, W83PTG, W95G,
W95PTG, W32BTG, W38BTG, W62BTG girders and other bulb tee girders.
6-02.3(25)C Prestressing
The sixth paragraph is revised to read:
Post -tensioning of spliced prestressed concrete girders shall conform to Section 6-
02.3(26)G, and the following requirements:
1. Before tensioning, the Contractor shall remove all side forms from the cast -in-
place concrete closures. From this point until 48 hours after grouting the tendons,
the Contractor shall keep all construction and other live loads off the
superstructure and shall keep the falsework supporting the superstructure in
place.
2. Once the post -tensioning steel is installed, no welds or welding grounds shall be
attached to metal forms, structural steel, or steel reinforcing bars of the structural
member.
3. The Contractor shall not tension the post -tensioning reinforcement until the
concrete in the cast -in-place closures reaches the minimum compressive strength
specified in the Plans (or 5,000 psi if the concrete strength is not specified in the
Plans). This strength shall be measured with concrete cylinders made of the
same concrete and cured under the same conditions as the cast -in-place
closures.
43
4. All post -tensioning shall be completed before placing the sidewalks and barriers
on the superstructure.
6-02.3(25)D Curing
The fourth paragraph is revised to read:
Curing of cast -in-place concrete closures for spliced prestressed concrete girders shall
conform to Section 6-02.3(11).
6-02.3(25)E Contractors Control Strength
The sixth through eleventh paragraphs are revised to read:
For precast prestressed members, a test shall consist of four cores measuring 3 inches in
diameter by 6 inches in height (for slabs) and by the thickness of the web (for ribbed
sections). Two cores shall be taken from each side of the member and on each side of the
member's span midpoint, at locations approved by the Engineer. The core locations for
precast prestressed slabs shall be near mid -depth of the slab, within the middle third of the
span length, and shall avoid all prestressing strands and steel reinforcing bars. The core
locations for precast prestressed ribbed sections shall be immediately beneath the top
flange, within the middle third of the span length, and shall avoid all prestressing strands and
steel reinforcing bars.
For prestressed concrete tub girders, a test shall consist of four cores measuring 3 inches in
diameter by the thickness of the web', taken from each web approximately three feet to the
left and to the right of the center of the girder span. The cores shall avoid all prestressing
strands and steel reinforcing bars.
For all other prestressed concrete girders, a test shall consist of three cores measuring 3
inches in diameter by the thickness of the web and shall be removed from just below the top
flange; one at the midpoint of the girder's length and the other two approximately 3 feet to
the left and approximately 3 feet to the right.
The cores shall be taken in accordance with AASHTO T 24 and shall be tested in
accordance with WSDOT FOP for AASHTO T 22. The Engineer may accept the girder if the
average compressive strength of the four cores from the precast prestressed member, or
prestressed concrete tub girder, or of the three cores from any other prestressed concrete
girder, is at least 85 percent of the specified compressive strength with no one core less
than75 percent of specified compressive strength.
If the girder is cored to determine the release strength, the required patching and curing of
the patch shall be done prior to shipment. If there are more than three holes or if they are
not in a neutral location, the prestress steel shall not be released until the holes are patched
and the patch material has attained a minimum compressive strength equal to the required
release compressive strength or 4,000 psi, whichever is larger.
The Contractor shall coat cored holes with an epoxy bonding agent and patch the holes
using the same type concrete as that in the girder, or a mix approved during the annual plant
review and approval. The epoxy bonding agent shall meet the requirements of Section 9-
26.1 for Type II, Grade 2 epoxy. The girder shall not be shipped until tests show the patch
material has attained a minimum compressive strength of 4,000 psi.
6-02.3(25)F Prestress Release
The third paragraph is revised to read:
The Contractor may request permission to release the prestressing reinforcement at a
minimum concrete compressive strength less than specified in the Plans. This request shall
be submitted to the Engineer for approval in accordance with Section 6-01.9 and shall be
accompanied with calculations showing the adequacy of the proposed release concrete
44
compressive strength. The release strength shall not be less than 3,500 psi, except that the
release strength for spliced prestressed concrete girders shall not be less than 4,000 psi.
The calculated release strength shall meet the requirements outlined in the Washington
State Department of Transportation Bridge Design Manual for tension and compression at
release. The proposed minimum concrete compressive strength at release will be evaluated
by the Contracting Agency. Fabrication of girders using the revised release strength shall
not begin until the Contracting Agency has provided written approval of the revised release
compressive strength. If a reduction of the minimum concrete compressive strength at
release is allowed, the Contractor shall bear any added cost that results from the change.
6-02.3(25)G Protection of Exposed Reinforcement
The second paragraph is revised to read:
Grouting of post -tensioning ducts for spliced prestressed concrete girders shall conform to
Section 6-02.3(26)H.
6-02.3(25)H Finishing
The fourth paragraph is revised to read:
On the deck bulb tee girder section and all precast prestressed members, the Contractor
shall test the roadway deck surface portion for flatness. This test shall occur after floating
but while the concrete remains plastic. Testing shall be done with a 10 -foot straightedge
parallel to the girder centerline and with a flange width straightedge at right angles to the
girder centerline. The Contractor shall fill depressions, cut down high spots, and refinish to
correct any deviation of more than 1/4 inch within the straightedge length. This section of
the roadway surface shall be finished to meet the requirements for finishing roadway slabs,
as defined in Section 6-02.3(10) except that, if approved by the Engineer, a coarse stiff
broom may be used to provide the finish in lieu of a metal tined comb.
6-02.3(25)1 Tolerances
The title, first paragraph, and items 7, 10, and 21 following the first paragraph are revised to read:
6-02.3(25)1 Fabrication Tolerances
The girders shall be fabricated as shown in the Plans and shall meet the dimensional
tolerances listed below. Construction tolerances of cast -in-place closures for spliced
prestressed concrete girders shall conform to the tolerances specified. for spliced
prestressed concrete girders. Actual acceptance or rejection will depend on how the
Engineer believes a defect outside these tolerances will affect the structure's strength or
appearance:
7. Flange Depth:
For I and Wide Flange I girders:
For bulb tee and deck bulb tee girders.
For PCPS members:
± 1/4 inch
+ 1/4 inch, - 1/8 inch
+ 1/4 inch, - 1/8 inch
10. Longitudinal Position of the Harping Point:
Single harping point ± 18 inches
Multiple bundled strand groups
First bundled strand group
Second bundled strand group
Third bundled strand group
± 6 inches
± 18 inches
± 30 inches
21. Differential Camber Between Girders in a Span (measured in place at the job site):
For I, Wide Flange I, bulb tee, and
spliced prestressed concrete girders: 1/8 inch per 10 feet of beam
length.
45
For deck bulb tee girders:
For PCPS members:
member
For prestressed
concrete tub girders:
member
6-02.3(25)J Horizontal Alignment
The fourth paragraph is revised to read:
Cambers shall be equalized by
an approved method when the
differences in cambers between
adjacent girders or stages
measured at mid -span exceeds
1/4 inch.
± 1/4 inch per ten feet of
length measured at midspan, but
not greater than ± 1/2 inch total.
± 1/4 inch per ten feet of
length measured at midspan, but
not greater than ± 1/2 inch total.
The maximum deviation of the side of the precast prestressed slab, or the edge of the
roadway deck slab of the deck double tee girder or the precast prestressed ribbed section,
measured from a chord that extends end to end of the member, shall be ± 1/8 inch per 10
feet of member length, but not greater than 1/2 inch total.
6-02.3(25)K Girder Deflection
The second and third paragraphs are revisedto read:
The "D" dimensions shown in the Plans are computed girder deflections at midspan based
on a time lapse of 40 and 120 days after release of the prestressing strands. A positive (+)
"D" dimension indicates upward deflection.
The Contractor shall control the deflection of prestressed concrete girders that are to receive
a cast -in-place slab by scheduling fabrication between 40 and 120 days of girder erection.
The fifth paragraph is revised to read:
All costs, including roadway slab form adjustments required to maintain specified steel
reinforcing bar clearances and deck profiles, and any additional Contracting Agency
engineering expenses, in connection with accommodating excess girder deflection shall be
at the Contractor's expense.
6-02.3(25)L Handling and Storage
The first and second paragraphs are revised to read:
During handling and storage, each girder shall always be kept plumb and upright, and each
precast prestressed member and prestressed concrete tub girder shall always be kept in the
horizontal position as shown in the Plans. It shall be lifted only by the lifting devices (strand
lift loops or high-strength threaded steel bars) at either end. For strand lift loops, a minimum
2 inch diameter straight pin of a shackle shall be used through the loops. For high-strength
threaded steel bars, the lifting hardware that connects to the bars shall be designed,
detailed, and furnished by the Contractor. Series W42G, WF42G, W50G, WF50G, W58G,
and WF58G girders, and Series W32BTG, W38BTG, W62BTG, and W74G girders up to 145
feet in length, can be picked up at a minimum angle of 60 degrees from the top of the girder.
All other prestressed girders shall be picked up within 10 degrees of perpendicular to the top
of the girder.
For some girders, straight temporary top flange strands may be specified in the Plans.
Pretensioned top temporary strands for full length prestressed concrete girders shall be
46
unbonded over all but the end 10 feet of the girder length. As an alternative for full length
prestressed concrete girders, temporary top strands may be post -tensioned prior to
shipment. When temporary top strands are specified for spliced prestressed concrete
girders, the temporary top strands shall be post -tensioned prior to lifting the assembled
girder. When the post -tensioned alternative is used, the Contractor shall be responsible for
properly sizing the anchorage plates, and the reinforcement adjacent to the anchorage
plates, to prevent bursting or splitting of the concrete in the top flange. Temporary strands
shall be cut or released in accordance with Section 6-02.3(25)N.
6-02.3(25)M Shipping
The third and fourth paragraphs are revised to read:
No double tee girder, deck double tee girder, precast prestressed slab or precast
prestressed ribbed section shall be shipped for at least three days after concrete placement.
No deck bulb tee girder or prestressed concrete tub girder shall be shipped for at least
seven days after concrete placement, except that deck bulb tee girders or prestressed
concrete tub girders may be shipped three days after concrete placement when L/(bd) is
less than or equal to 5.0, where L equals the shipping length of the girder, b equals the
girder top flange width (for deck bulb tee girders) or the bottom flange width (for prestressed
concrete tub girders), and d equals the girder depth, all in feet. No other girder shall be
shipped for at least ten days after concrete placement.
Girder support during shipping shall be located as follows unless otherwise shown in the
Plans:
Centerline Support Within
Type of Girder This Distance From Either End
Precast Prestressed Members
Series W42G, WF42G, W50G and WF50G
All bulb tee and
deck bulb tee girders, except as noted
Series W58G, WF58G, and W62BTG
Series W74G and WF74G
Series W83G and W95G
Series WF74PTG, W83PTG, and W95PTG segments
Prestressed concrete tub girder segment
The sixth, seventh and eighth paragraphs are revised to read:
2 feet
3 feet
3 feet
4 feet
5 feet
8 feet
8 feet
4 feet
If the Contractor elects to assemble spliced prestressed concrete girders into components of
two or more segments prior to shipment, the Contractor shall submit shipment support
location working drawings with supporting calculations to the Engineer in accordance with
Section 6-01.9. The calculations shall show that concrete stresses in the assembled girders
will not exceed those listed below.
Lateral bracing for shipping is not required for prestressed concrete tub girders and precast
prestressed members. Other prestressed concrete girders of lengths equal or shorter than
the following will not require lateral bracing for shipping:
Maximum Length Not Requiring
Type of Girder Bracing for Shipping
Series W42G, WF42G, W32BTG, and W38BTG
Series W50G and WF50G
Series W58G, WF58G, and W62BTG
All deck bulb tee girders
Series W74G and WF74G
47
80 feet
100 feet
105 feet
120 feet
130 feet
For all girders exceeding these lengths, and all Series WF74PTG, W83G, W83PTG, W95G,
and W95PTG girders, the Contractor shall provide bracing to control lateral bending during
shipping, unless the Contractor furnishes calculations in accordance with Section 6-01.9
demonstrating that bracing is not necessary. External bracing shall be attached securely to
the top flange of the girder. The Contractor is cautioned that more conservation guidelines
for lateral bracing may be required for some delivery routes. The Contractor shall submit a
bracing plan, with supporting calculations, to the Engineer for approval in accordance with
Section 6-01.9. The Contractor shall not begin shipping the girders until receiving the
Engineer's approval of the bracing plan, and shall perform all bracing operations at no
additional cost to the Contracting Agency.
Criteria for Checking Girder Stresses
At the Time of Lifting or Transporting and Erecting
Stresses at both support and harping points shall be satisfied based on these criteria:
1. Allowable compression stress, fc = 0.60fcm
a. fcm = compressive strength at time of lifting or transporting verified by
test but shall not exceed design compressive strength (fc) at 28 days in
psi + 1,000 psi
2. Allowable tension stress, ksi
a. With no bonded reinforcement = 3 times square root (fcm) <_ 0.20 ksi
b. With bonded reinforcement to resist total tension force in the concrete
computed on the basis of an uncracked section 6.0 times square root
(fcm). The allowable tensile stress in the reinforcement is 30 ksi
(AASHTO M-31, Gr. 60)
3. Prestress losses
a. 1 day to 1 month = computed losses
b. 1 month to 1 year = 75 percent of computed final losses
c. 1 year or more = computed final losses
4. Impact on dead load
a. Lifting from casting beds = 0 percent
b. Transporting and erecting = 20 percent
6-02.3(25)N Prestressed Concrete Girder Erection
The fifth paragraph is revised to read:
The concrete in piers and crossbeams shall reach at least 80 percent of design strength
before girders are placed on them. The Contractor shall hoist girders only by the lifting
devices at the ends, always keeping the girders plumb and upright. Once erected, the
girders shall be braced to prevent tipping until the intermediate diaphragms are cast and
cured. When temporary strands in the top flange are used, they shall be cut after the
girders are braced and before the intermediate diaphragms are cast. The Contractor
shall place the cast -in-place deck on the girders within 30 calendar days of cutting the
temporary strands, except as otherwise approved by the Engineer.
For situations where the Contractor proposes to delay placing the cast -in-place deck on the
girders beyond 30 calendar days after cutting the temporary strands, the Contractor shall
submit supporting girder camber calculations to the Engineer for approval in accordance
with Section 6-01.9. The Contractor shall not cut the temporary strands until receiving the
Engineer's approval of the girder camber calculations.
The seventh paragraph is deleted
The eighth paragraph is revised to read:
48
The Contractor shall check the horizontal alignment of both the top and bottom flanges of
each girder after girder erection but before placing concrete in the bridge diaphragms as
described in Section 6-02.3(25)J.
6-02.3(25)N Prestressed Concrete Girder Erection
The tenth paragraph is revised to read:
For precast prestressed concrete slabs, the Contractor shall place the 11/4 inch diameter
vertical dowel bars at the top of the pier walls as shown in the Plans. The Contractor shall
either form the hole or core drill the hole following the alternatives shown in the Plans. The
portion of the dowel bar in the top of the pier walls shall be set with either grout that complies
with Section 9-26.3 or type II epoxy bonding agent conforming to Section 9-26.1 following
placement of each precast prestressed slab.
6-02.3(25)0 Deck Bulb Tee Girder Flange Connection
This section is revised to read:
The Contractor shall submit a method of equalizing deck bulb tee girder (and precast
prestressed member) deflections to the Engineer for approval in accordance with Section 6-
01.9, except that the submittal shall be made a minimum of 60 days prior to field erection of
the deck bulb tee girder. Deflection equalizing methods approved for previous Contracting
Agency contracts will be acceptable providing the bridge configuration is similar and the
previous method was satisfactory. A listing of the previous Contracting Agency contract
numbers for which the method was used shall be included with the submittal. The weld -ties
may be used as a component of the equalizing system provided the Contractor's procedure
outlines how the weld -ties are to be used, and that the Contractor's submittal includes a list
and description of previous bridge projects where the Contractor has successfully used
weld -ties as a component of the equalizing system.
The concrete diaphragms for deck bulb tee girders shall attain a minimum compressive
strength of 2,500 psi before any camber equalizing equipment is removed.
On deck bulb tee girders, girder deflection shall be equalized utilizing the approved method
before girders are weld -tied and before keyways are filled. Keyways between tee girders
shall be filled flush with the surrounding surfaces with nonshrink grout, except that keyways
for deck bulb tee girders receiving a cast -in-place concrete deck slab need not be filled with
grout. This nonshrink grout shall have a compressive strength of 5,000 psi before the
equalizing equipment is removed. Compressive strength shall be determined by fabricating
and testing cubes in accordance with WSDOT Test Method 813 and testing in accordance
with WSDOT FOP for AASHTO T-106.
Welding ground shall be attached directly to the steel plates being welded when welding the
weld -ties on bulb tee girders.
No construction equipment shall be placed on the structure, other than equalizing
equipment, until the girders have been weld -tied and the keyway grout has attained a
compressive strength of 5,000 psi.
6-02.3(26) Cast -in -Place Prestressed Concrete
6-02.3(26)C Bearing Type Anchorages
Item 6 in the first paragraph is revised to read:
6. For transverse post -tensioning of roadway slabs, the bearing stress shall not exceed
0.9fc at Pjack of all strands (before seating) or 4,000 psi at service load after all losses.
6-02.3(26)E Ducts
The first paragraph under Ducts for Internal Embedded Installation is revised to read:
49
For longitudinal tendons, the Contractor shall encase each tendon in a semi-rigid,
galvanized, ferrous metal duct. Semi-rigid ducts shall be corrugated, and their minimum wall
thickness shall be either 26 gage for ducts less than or equal to 2-5/8 inches in diameter, or
24 gage for ducts greater than 2-5/8 inches in diameter. For prestressing steel bars
preassembled with their ducts, the minimum duct thickness shall be 31 gage. For
transverse tendons, the Contractor shall encase each tendon in a rigid plastic duct. This
duct shall maintain the required profile within a placement tolerance of plus or minus 1/4 inch
for longitudinal tendons and plus or minus 1/8 inch for transverse slab tendons during all
phases of the work. The ducts shall be completely sealed to keep out all mortar.
6-02.3(26)H Grouting
The first sentence in the sixth paragraph is revised to read:
The Contractor shall proportion the mix to produce a grout with a flow of 11 to 20 seconds as
determined by WSDOT Test Method for ASTM C 939, Flow of Grout for Preplaced
Aggregate Concrete (Flow Cone Method).
The third sentence in the seventh paragraph is revised to read:
Cubes shall be made in accordance with WSDOT Test Method T 813 and stored in
accordance with WSDOT FOP for AASHTO T 23.
6-02.3(27) Concrete for Precast Units
This section is supplemented with the following:
Self compacting concrete (SCC) may be used for precast concrete barrier covered under
Section 6-10 and drainage items covered under Section 9-12. If self compacting concrete
has been approved for use the requirements of Section 6-02.3(4)C consistency shall not
apply. Self compacting concrete is concrete that is able to flow under its own weight and
completely fill the formwork, even in the presence of dense reinforcement, without the need
of any vibration, while maintaining homogeneity. When using SCC modified testing
procedures for air content and compressive strength will be used. The modification shall be
that molds will be filled completely in one continuous lift without any rodding, vibration,
tamping or other consolidation methods other than lightly taping around the exterior of the
mold with a rubber mallet to allow entrapped air bubbles to escape. In addition the
fabricators QC testing shall include Slump Flow Test results, which do not indicate
segregation. As part of the plants approval for use of SCC the plant fabricator shall cast one
barrier, or drainage item and have that barrier or drainage item sawed in half for examination
by the Contracting Agency to determine that segregation has not occurred.
SECTION 7-05, MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS
August 2, 2004
7-05.5 Payment
The sentence following "Catch Basin Type 2 In. Diam.", per each" is deleted.
The following is inserted after "Concrete Inlet", per each":
All costs associated with furnishing and installing gravel backfill for bedding manholes, inlets
and catch basins shall be included in the unit contract price for the item installed.
The following is inserted after "Precast Concrete Drywell", per each.
"Combination Inlet", per each.
All costs associated with furnishing and installing gravel backfill for bedding manholes, inlets,
and catch basins shall be in the unit contract price for the item installed.
50
SECTION 7-12, VALVES FOR WATER MAINS
April 5, 2004
7-12.3 Construction Requirements
In the third paragraph the reference to Section 7-10 is revised to Section 7-09.
In the fourth paragraph the reference to Section 7-11 is revised to Section 7-09.
SECTION 7-14, HYDRANTS
April 5, 2004
7-14.3(1) Setting Hydrants
In the third paragraph the reference to Section 7-11 is revised to Section 7-09.
7-14.3(6) Hydrant Extensions
The reference to Section 7-11 is revised to Section 7-09.
SECTION 7-15, SERVICE CONNECTIONS
April 5, 2004
7-15.3 Construction Requirements
In the second paragraph the reference to Section 7-10 is revised to Section 7-09.
SECTION 8-01, EROSION CONTROL AND WATER POLLUTION CONTROL
August 1, 2005
8-01.3(1)B Erosion and Sediment Control (ESC) Lead
This section is revised to read:
The Contractor shall identify the ESC Lead at the preconstruction discussions. The ESC
Lead shall have, for the life of the contract, a current Certificate of Training in Construction
Site Erosion and Sediment Control from a course approved by WSDOT's Statewide Erosion
Control Coordinator.
The ESC Lead shall implement the Temporary Erosion and Sediment Control (TESC) plan.
Implementation shall include, but is not limited to:
1. Installing and maintaining all temporary erosion and sediment control Best
Management Practices (BMPs) included in the TESC plan to assure continued
performance of their intended function. Damaged or inadequate TESC BMPs
shall be corrected immediately.
2. Inspecting all on-site erosion and sediment control BMPs at least once every five
working days and each working day there is a runoff event. Inspections shall
occur within 24 hours of the runoff event. A TESC Inspection Report shall be
prepared for each inspection and shall be included in the TESC file. A copy of
each TESC Inspection Report shall be submitted to the Engineer no later than the
end of the next working day following the inspection. The report shall include, but
not be limited to:
a. When, where and how BMPs were installed, maintained, modified, and
removed;
b. Observations of BMP effectiveness and proper placement;
51
c. Recommendations for improving future BMP performance with
upgraded or replacement BMPs when inspections reveal TESC plan
inadequacies.
3. Updating and maintaining a TESC file on site that includes, but is not limited to:
a. TESC Inspection Reports.
b. Temporary Erosion and Sediment Control (TESC) plan narrative.
c. National Pollutant Discharge Elimination System construction permit
(Notice of Intent).
d. Other applicable permits.
Upon request, the file shall be provided to the Engineer for review.
8-01.3(1)C Ground Water
This section including title is revised to read:
8-01.3(1)C Water Management
1. Ground Water
When ground water is encountered in an excavation, it shall be treated and discharged
as follows:
A. When the ground water conforms to Water Quality Standards for Surface
Waters of the State of Washington (Chapter 173-201A WAC), it may bypass
detention and treatment facilities and be routed directly to its normal
discharge point at a rate and method that will not cause erosion.
B. When the turbidity of the ground water is similar to the turbidity of the site
runoff, the ground water may be treated using the same detention and
treatment facilities being used to treat the site runoff and then discharged at a
rate that will not cause erosion.
C. When the turbidity is greater than the turbidity of the site runoff, the ground
water shall be treated separately until the turbidity is similar to or better than
the site runoff, and then may be combined and treated as in B, above.
-2. Process Water
All water generated on site from construction or washing activities that is more turbid
than site runoff shall be treated separately until the turbidity is the same or less than the
site runoff, and then may be combined and treated as in 1B, above. Water may be
infiltrated upon the approval of the Engineer.
3. Offsite Water
The Contractor shall, prior to disruption of the normal watercourse, intercept the offsite
stormwater and pipe it either through or around the project site. This water shall not be
combined with onsite stormwater and shall be discharged at its pre -construction outfall
point in such a manner that there is no increase in erosion below the site.
The method for performing this work shall be provided by the Contractor for the
Engineer's approval.
52
SECTION 8-02, ROADSIDE RESTORATION
August 1, 2005
8-02.3(2) Roadside Work Plan
This section is revised to read:
Before starting any work that disturbs the earth and as described in Sections 8-01, 8-02 and
8-03, the Contractor shall submit a roadside work plan for approval by the Engineer. The
roadside work plan shall define the work necessary to provide all contract requirements,
including: clearing and grubbing, roadway excavation and embankment, planting area
preparation, seeding, planting, plant replacement, irrigation, and weed control in narrative
form.
The Roadside Work Plan shall also include the following:
Progress Schedule
In accordance with Section 1-08.3, the Progress Schedule shall include the planned
time periods for work necessary to provide all contract requirements covered in
Sections 8-01, 8-02, and 8-03. Where appropriate, notes on the schedule shall
indicate the calendar dates during which these activities must occur.
Weed Control Plan
The Weed Control Plan shall be submitted and approved prior to starting any work
defined in Section 8-02.3(2).
The weed control plan shall show the scheduling of all weed control measures required
under the Contract including, hand weeding, rototilling, applications of herbicides,
noxious weed control, mowing, and shoulder slope weed control. Target weeds and
unwanted vegetation to be removed shall be identified and listed in the weed control
plan.
The plan shall be prepared and signed by a licensed Commercial Pest Control
Consultant when chemical pesticides are proposed. The plan shall include methods of
weed control; dates of weed control operations; and the name, application rate, and
Material Safety Data sheets of all proposed herbicides. In addition, the Contractor shall
furnish the Engineer with a copy of the current product label for each pesticide and
spray adjuvant to be used. These product labels shall be submitted with the weed
control plan for approval.
Plant Establishment Plan
The Plant Establishment Plan shall be prepared in accordance with Section 8-02.3(13),
submitted and approved prior to initial planting acceptance in accordance with Section
8-02.3(12). The Plan shall show the proposed scheduling of activities, materials,
equipment to be utilized for the first year plant establishment, and an emergency
contact person. The Plan shall include the management of the irrigation system, when
applicable. Should the plan become unworkable at any time during the first year plant
establishment, the Contractor shall submit a revised plan prior to proceeding with
further work.
No on-site soil placement, grading, weed control, irrigation, or planting work shall begin
until the plan is approved. Upon approval of the roadside work plan by the Engineer,
the Contractor shall proceed in accordance with the approved plan.
53
8-02.3(12) Completion of Initial Planting
Item 1. is revised to read:
1. 100 percent of each of the plant material categories shall be installed as shown in the
Contract Plans. A minimum of 95% shall be in a healthy and vigorous growing
condition, as described in Section 8-02, on May 31st.
8-02.5 Payment
The 11th paragraph is revised to read:
Payment shall be increased to 70 percent of the unit contract price per each for contracted
plant material at the completion of the initial planting.
The 12th paragraph is revised to read:
Payment shall be increased to the appropriate percentage upon accomplishment of the
following phases of plant establishment.
3 months after completion of initial planting 80%
6 months after completion of initial planting 90%
Completion of 1st year plant establishment 100%
The 25th paragraph is revised to read:
"Fine Compost ", per cubic yard.
The below bid item is inserted to follow the 25th paragraph:
"Coarse Compost", per cubic yard.
The 26th paragraph is revised to read:
The unit contract price per cubic yard for "Fine Compost" or "Coarse Compost" shall be full
pay for furnishing and spreading the compost onto the existing soil.
SECTION 8-04, CURBS, GUTTERS, AND SPILLWAYS
December 6, 2004
8-04.3(1)A Extruded Cement Concrete Curb
The second and third paragraphs are revised to read:
The pavement shall be dry and cleaned of loose and deleterious material prior to curb
placement. Cement concrete curbs shall be anchored to the existing pavement by placing
steel tie bars 1 foot on each side of every joint.
Tie bars shall meet the dimensions shown in the Standard Plans.
SECTION 8-12, CHAIN LINK FENCE AND WIRE FENCE
August 2, 2004
8-12.3(1)A Posts
The seventh paragraph is revised to read:
Pullposts shall be spaced at 1,000 -foot maximum intervals for Type 1, 3, and 6 fence, and at
500 -foot maximum intervals for Type 4 fence.
54
SECTION 8-14, CEMENT CONCRETE SIDEWALKS
April 4, 2005
8-14.3(3) Placing and Finishing Concrete
The fourth paragraph is revised to read:
Sidewalk ramps shall be of the type specified in the Plans. The detectable warning pattern
shall have the truncated dome shape shown in the Standard Plans and may be installed
using a manufactured material before or after the concrete has cured, or by installing
masonry or ceramic tiles. Embossing or stamping the wet concrete to achieve the truncated
dome pattern or using a mold into which a catalyst hardened material is applied shall not be
allowed. Acceptable manufacturers' products are shown on the Qualified Products List.
When masonry or ceramic tiles are used to create the detectable warning pattern, the
Contractor shall block out the detectable warning pattern area to the depth required for
installation of the tiles and finish the construction of the concrete ramp. After the concrete
has set and the forms have been removed, the Contractor shall install the tiles using
standard masonry practices.
The two -foot wide detectable warning pattern area on the ramp shall be yellow and shall
match Federal Standard 595a, color number 33538. When painting the detectable warning
pattern is required, paint shall conform to section 9-34.2(1).
8-14.3(5) Ramp Detectable Warning Retrofit
This section is supplemented with the following:
Where shown in the plans, the Contractor shall retrofit existing cement concrete sidewalk
ramps by installing a detectable warning pattern having the truncated dome shape shown in
the Standard Plans. The warning pattern shall be the width of the ramp and cover the
bottom two feet of the ramp. The truncated dome pattern shall be perpendicular to the long
axis of the ramp.
The Contractor shall use one of the detectable warning pattern products listed in the
Qualified Products List or submit another manufacturer's product for approval by the
Engineer. The warning pattern shall be capable of being bonded to an existing cement
concrete surface. The surface of the warning pattern, excluding the domes, 'shall not be
more than 3/8 inch above the surface of the concrete after installation.
8-14.4 Measurement
This section is supplemented with the following:
Ramp detectable warning retrofit will be measured by the square foot of truncated dome
material installed on the existing ramp.
8-14.5 Payment
The following new bid item is inserted after "Cement Conc. Sidewalk Ramp Type ", per each.
"Ramp Detectable Warning Retrofit", per square foot.
SECTION 8-18, MAILBOX SUPPORT
August 2, 2004
8-18.2 Materials
This section is revised to read:
55
Materials shall meet the requirements of the following sections:
Steel Posts 9-32.1
Bracket, Platform, and Anti -Twist Plate 9-32.2
Type 2 Mailbox Support 9-32.7
Timber Sign Posts 9-28.14(1)
Fasteners 9-32.5
Snow Guard 9-32.6
Concrete Base 9-32.8
Steel pipe 9-32.9
U -Channel Post 9-32.10
Mailboxes will be furnished by others.
8-18.3 Construction Requirements
This section is supplemented with the following:
8-18.3(1) Type 3 Mailbox Support
The concrete base shall be constructed using commercial concrete, with the pipe set to the
dimensions shown in the Standard Plans. The base shall be crowned so as to shed water.
The concrete may be mixed on the jobsite as specified in Section 6-02.3(4)B.
The U -channel post may be driven in place provided the method of driving does not damage
the post.
With the Engineer's consent, a Type 3 Mailbox Support design, made of steel or other
durable material, that meets the NCHRP 350 crash test criteria may be used in place of the
design shown in the Standard Pians. In which case, the manufacturer's recommendations
concerning installation shall be followed; however, the mailbox itself shall be positioned on
the roadway according to the dimensions shown in the Standard Plans.
SECTION 8-20,ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND
ELECTRICAL
April 5, 2004
8-20.3(5) Conduit
The third sentence in the seventeenth paragraph is revised to read:
Grout shall obtain a minimum of 4000 psi compressive strength at 7 days.
8-20.3(6) Junction Boxes, Cable Vaults, and Pull boxes
This section is supplemented with the following:
Where conduit and junction boxes are placed in barrier, the Prime Contractor shall
coordinate the work of the Contractor constructing the barrier and the electrical Contractor
so that each junction box placed in the barrier is placed in correct alignment with respect to
the barrier, with the face of the box flush or uniformly chamfered within 1/2 inch of the barrier
surface. If any point on the surface of the junction box placed in barrier is recessed more
than 1/2 inch from the surface of the barrier, the Contractor shall install a box extension
meeting the Engineer's approval and grout around the extension or remove and replace the
entire section of barrier.
8-20.3(9) Bonding, Grounding
The first paragraph is revised to read:
56
All metallic appurtenances containing electrical conductors (luminaires, light standards,
cabinets, metallic conduit, non-metallic conduit, etc.) shall be made mechanically and
electrically secure to form a continuous systems which shall be effectively grounded. Where
metallic conduit systems are employed, the conduit system constitutes the equipment
grounding conductor. Where nonmetallic conduit is installed, the installation shall include an
equipment ground conductor, in addition to the conductors noted in the contract. Bonding
jumpers and equipment grounding conductors shall be installed in accordance with Section
9-29.3. The equipment ground conductor between the isolation switch and the sign lighter
fixtures may be No. 14 AWG stranded copper conductor. Where parallel circuits are
enclosed in a common conduit, the equipment grounding conductor shall be sized by the
rating of the largest overcurrent device serving any circuit contained within the conduit.
8-20.3(11) Testing
The fourth paragraph is revised to read:
When the project includes a traffic signal system, the Contractor shall conduct tests noted in
Section 8-20.3(14)D. The Contractor shall provide the Engineer a minimum of five days
advance written notice of the proposed traffic signal turn -on date and time. The traffic signal
turn -on procedure shall not begin until all required channelization, pavement markings,
illumination, signs, and sign lights are substantially complete and operational unless
otherwise allowed by the Engineer. The Contractor shall provide traffic control to stop all
traffic from entering the intersection. The Contracting Agency electronics technician will
program the controller and enter the timing data, then turn the traffic signal system to its
flash mode to verify proper flash indications. The Contracting Agency electronics technician
will then conduct functional tests to demonstrate that each part of the traffic signal system
functions as specified. The Contractor shall conduct functional tests to demonstrate that
each part of the illumination system, or other electrical system, functions as specified.
These demonstration shall be conducted in the presence of a Contracting Agency electronic
technician, the Contracting Agency electrical inspector, and Regional Traffic Engineer or
his/her designee. The Contracting Agency electronics technician will then turn the traffic
signal to stop -and -go operation for no less than one full cycle. Based on the results of the
turn -on, the Engineer will direct the Contracting Agency electronics technician to either turn
the traffic signal on to normal stop -and -go operation, to turn the signal to flash mode for a
period not to exceed five calendar days, or to turn the signal off and require the Contractor to
cover all signal displays and correct all deficiencies.
SECTION 8-22, PAVEMENT MARKING
April 4, 2005
8-22.1 Description
Transverse Markings
This section is revised to read:
Crosswalk Line
A series of SOLID WHITE lines, 24 inches wide and 8 feet long, conforming to details
in the Standard Plans.
Stop Line
A SOLID WHITE line, 18 inches wide unless noted otherwise in the Contract.
Symbol Markings
This section is supplemented with the following:
57
Access Parking Space Symbol with Background
A WHITE marking with, a BLUE background and WHITE border conforming to details
in the Standard Plans that is used to a designate restricted parking stall on cement
concrete pavement surfaces.
Yield Line Symbol
A series of WHITE markings conforming to details in the Standard Plans forming a
transverse line across a vehicle path and used to designate the point when vehicles
shall yield before entering a traffic lane.
Yield Ahead Symbol
A WHITE marking conforming to details in the Standard Plans that is used in advance
of a yield line.
Speed Bump Symbol
WHITE marking used to identify a speed bump placed in a traffic lane.
8-22.3(2) Preparation of Roadway Surfaces
This section is revised to read:
For the application of paint the pavement surface temperature and ambient temperature
shall be 50° F and rising. New and existing HMA pavement shall be dry, clean and free of
contaminants such as surface oils. Portland cement concrete pavement shall have a
minimum compressive strength of 2500 psi and shall be dry, clean and free of contaminants.
Contaminants shall be removed by approved mechanical means.
For the application of plastic pavement marking material surface temperature and ambient
temperature shall be 50° F and rising. New and existing HMA pavement shall be dry, clean,
and free of contaminants such as surface oils and existing pavement marking materials.
Portland cement concrete pavement shall also be free of contaminants including curing
agents. Contaminants shall be removed by approved mechanical means.
Pavement surfaces shall be prepared for plastic marking application in accordance with the
previous paragraph and the pavement marking material manufacturer's recommendations.
Manufacturers of Type D material also require a pavement cure period prior to application.
Typically, Type D material applied on hot mix asphalt pavement requires a pavement cure
period of 21 days. Typically, Type D material applied on portland cement concrete
pavement requires a pavement cure period of 28 days. These cure periods may be reduced
if the manufacturer performs a successful bond test.
Existing pavement marking material shall be removed, measured, and paid for in
accordance with the provisions in this section of the Standard Specifications.
8-22.3(3) Marking Application
The first paragraph is revised to read:
Lane line and right edge line shall be white in color. Center line and left edge line shall be
yellow in color. All temporary pavement markings shall be retroreflective. Paint and sprayed
or extruded plastic material shall be applied with a top dressing of glass breads. Two
applications of paint will be required to complete all paint markings. The time period
between paint applications will vary depending on the type of pavement and paint (low VOC
waterborne, high VOC solvent, or low VOC solvent) as follows:
Pavement Type
Bituminous Surface Treatment
Hot Mix Asphalt Pavement
Paint Type
Low VOC Waterborne
Low VOC Waterborne
58
Time Period
4 hours min., 48
hours max.
4 hours min., 30
days max.
Cement Concrete Pavement
Bituminous Surface Treatment
Hot Mix Asphalt Pavement
Cement Concrete Pavement
Low VOC Waterborne
High and Low VOC Solvent
High and Low VOC Solvent
High and Low VOC Solvent
The first sentence of the second paragraph is revised to read:
4 hours min., 30
days max.
40 min. min., 48
hrs. max.
40 min. min., 30
days max.
40 min. min., 30
days max.
Where paint is applied on centerline on two-way roads with bituminous surface treatment or
centerline rumble strips, the second paint application shall be applied in the opposite
direction as the first application.
The ninth and tenth paragraphs are revised to read:
Profiles are defined as that portion of the plastic line that is applied at a greater thickness
than the base line thickness. Profiles shall be applied using the extruded method in the
same application as the base line. See the Standard Plans for details.
Embossed plastic lines are defined as a plastic line applied with a transverse groove.
Embossed plastic lines may be applied with profiles. See the Standard Plans for details.
The last paragraph is revised to read:
When two or more spray applications are required to meet thickness requirements for Type
A and Type D materials, top dressing with glass beads is only allowed on the last
application. Any loose beads, dirt or other debris shall be swept or blown off the line prior to
application of each successive application. Successive applications shall be applied
squarely on top of the preceding application.
8-22.4 Measurement
The sixth paragraph is revised to read:
Diagonal and chevron -shaped lines used to delineate medians, gore areas, and parking
stalls are constructed of painted or plastic 4 inch and 8 inch wide lines in the color and
pattern shown in the Standard Plans. These lines will be measured as painted or plastic line
or wide line by the linear foot of line installed. Crosswalk line will be measured by the square
foot of marking installed.
The seventh paragraph is revised to read:
Traffic arrows, traffic letters, access parking space symbols, HOV symbols, railroad crossing
symbols, drainage markings, bicycle lane symbols, aerial surveillance full, and 1/2 markers,
yield line symbols, yield ahead symbols, and speed bump symbols will be measured per
each. Type 1 through 6 traffic arrows will be measured as one unit each, regardless of the
number of arrow heads.
The ninth paragraph is revised to read:
Removal of traffic arrows, traffic letters, access parking space symbol, HOV lane symbol,
railroad crossing symbol, bicycle lane symbols, drainage markings, aerial surveillance full
and 1/2 markers, yield line symbol, yield ahead symbol, and speed bump symbol will be
measured per each. Removal of crosswalk lines will be measured by the square foot of
lines removed.
59
8-22.5 Payment
The following items are deleted:
"Painted HOV Lane Symbol Type
"Plastic HOV Lane Symbol Type "
This section is supplemented with the following:
"Painted Access Parking Space Symbol with Background", per each.
"Plastic Access Parking Space Symbol with Background", per each.
"Painted HOV Lane Symbol", per each.
"Plastic HOV Lane Symbol", per each.
"Painted Yield Line Symbol", per each.
"Plastic Yield Line Symbol", per each.
"Painted Yield Ahead Symbol", per each.
"Plastic Yield Ahead Symbol", per each.
"Painted Speed Bump Symbol", per each.
"Plastic Speed Bump Symbol", per each.
SECTION 8-23, TEMPORARY PAVEMENT MARKINGS
August 1, 2005
8-23.1 Description
The second paragraph under "Temporary Lane Line" is revised to read:
Lane line and right edge line shall be white in color. Center line and left edge line shall be
yellow in color. Edge Lines shall be installed only if specifically required in the contract. All
temporary pavement markings shall be retroreflective.
SECTION 9-02, BITUMINOUS MATERIALS
August 1, 2005
9-02.1(3) Rapid -Curing (RC) Liquid Asphalt
The column headings MC -70, MC -250, MC -800, and MC -3000 are revised to RC -70, RC -250,
RC -800, and RC -3000 respectively.
The RC -250 requirement for "Residue of 680°F distillation % volume by difference" is revised
from 67 to 65.
9-02.1(4)A Performance Grade (PG) Asphalt Cement
This section including title is revised to read:
9-02.1(4)A Performance Graded Asphalt Binder
-22 1 -28 1 -34 1 -22 1 -28 1 -34 1 -22 1 -28 1 -3
-22 1 -2
Original Binder
PG58
PG64
Viscosity, AASHTO
T316
PG76
Performance Grade
PG70
-22 1 -28 1 -34 1 -22 1 -28 1 -34 1 -22 1 -28 1 -3
-22 1 -2
Original Binder
Flash point temp,
AASHTO T48
Minimum 0C
230
Viscosity, AASHTO
T316
135
60
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Maximum 3 Pa • s,
test temp, OC
Dynamic shear,
AASHTO T315
G*/sin❑, minimum
1.00 kPa Test temp.
@ 10 rad/s, 0C
58
64
70
76
Rolling Thin Film Oven Residue (AASHTO T240)
Mass Change,
Maximum, percent
1.00
Dynamic shear,
AASHTO T315
G*/sin❑, minimum
2.20 kPa Test temp.
@ 10 rad/s, oC
58
64
70
76
Pressure Aging Vessel Residue (AASHTO R28)
PAV aging
temperature, °C
100
Dynamic shear,
AASHTO T315
G*sin❑, maximum
5000 kPa Test temp.
@ 10 rad/s, 0C
22
19
16
25
22
19
28
25
22
31
28
Creep stiffness,
AASHTO T313 S,
maximum 300 MPa,
m - value, minimum
0.300 Test temp. @
60 s, oC
-12
-18
-24
-12
-18
-24
-12
-18
-24
-12
-18
All Performance Grade asphalt binders not included in this chart shall be determined by
Table 1 -Performance Graded Asphalt Binder Specification in AASHTO M320.
9-02.1(9) Coal Tar Pitch Emulsion
The first two sentences are replaced with the following:
The coal tar pitch emulsions shall conform to the requirements found in ASTM D 5727.
SECTION 9-03, AGGREGATES
August 1, 2005
9-03.1(1) General Requirements
This section is revised to read:
Portland cement concrete aggregates shall be manufactured from ledge rock, talus, or sand
and gravel in accordance with the provisions of Section 3-01.
Aggregates tested in accordance with AASHTO T 303 or ASTM C 1260 with expansion
greater than 0.20 percent are Alkali Silica Reactive (ASR) and will require mitigating
measures. Aggregates tested in accordance with ASTM C 1293 with expansion greater
than 0.04 percent are Alkali Silica Reactive (ASR) and will require mitigating measures.
61
Aggregates for use in Commercial Concrete as defined in 6-02.3(2)B shall not require
mitigation.
Mitigating measures for aggregates with expansions from 0.21 to 0.45 percent, when tested
in accordance with AASHTO T 303 or ASTM C 1260, may be accomplished by using low
alkali cement as per 9-01.2(3) or by using 25% Class F fly ash by total weight of the
cementitious materials. The Contractor may submit an alternative mitigating measure
through the Project Engineer to the State Materials Laboratory for—approval along with
evidence in the form of test results from AASHTO T 303 or ASTM C 1260 that demonstrate
the mitigation when used with the proposed aggregate controls expansion to 0.20 percent or
less. The agency may test the proposed ASR mitigation measure to verify its effectiveness.
In the event of a dispute, the agency's results will prevail.
Mitigating measures for aggregates with expansions greater than 0.45 percent when tested
in accordance with AASHTO T-303 or ASTM C-1260 shall include the use of low alkali
cement per 9-01.2(3) and may include the use of fly ash, lithium compound admixtures,
ground granulated blast furnace slag or other material as approved by the Engineer. The
Contractor shall submit evidence in the form of test results from ASTM C 1260 or AASHTO
T 303 through the Project Engineer to the State Materials Laboratory that demonstrate the
proposed mitigation when used with the aggregates proposed will control the potential
expansion to 0.20 percent or less before the aggregate source may be used in concrete.
The agency may test the proposed ASR mitigation measure to verify its effectiveness. In the
event of a dispute, the agency's results will prevail.
Passing petrographic analysis (ASTM C 295) accepted by WSDOT prior to August 1, 2005,
is acceptable as proof of mitigation until the aggregate source is reevaluated.
ASTM C 1293 sampling and testing must be coordinated through the WSDOT State
Materials Laboratory, Documentation Section utilizing the ASA (Aggregate Source Approval
) process. Cost of sampling, testing, and processing will be borne by the source owner.
9-03.1(4)C Grading
The third paragraph is revised to read:
In individual tests, a variation of four under the minimum percentages or over the maximum
percentages will be permitted, provided the average of three consecutive tests is within the
specification limits. Coarse aggregate shall contain no piece of greater size than two times
the maximum sieve size for the specified grading measured along the line of greatest
dimension.
9-03.1(5) Combined Aggregate Gradation for Portland Cement Concrete
This section is revised to read:
As an option to using Coarse and Fine graded aggregates for Portland Cement Concrete,
aggregate gradation may consist of a combined gradation. Aggregates shall consist of
sand, gravel, crushed stone, or other inert material or combinations thereof, having hard,
strong durable -particles free from adherent coatings. Aggregates shall be washed to remove
clay, loam, alkali, organic matter, silt, bark, sticks, or other deleterious matter.
9-03.1(5)B Grading
This section is revised to read:
If a nominal maximum aggregate size is not specified, the Contractor shall determine the
nominal maximum aggregate size, using ACI 211.1 as a guide. In no case will the maximum
aggregate size exceed one-fifth of the narrowest dimension between sides of the forms,
one-third the depth of slabs, nor three-fourths of the minimum clear spacing between
individual reinforcing bars, bundles of bars, or pretensioning strands.
62
The combined aggregate shall conform to the following requirements based upon the
nominal maximum aggregate size.
Nominal Maximum
Aggregate Size 1-1/2 1 3/4 1/2 3/8 No. 4
2 100
1-1/2 874a 100
1 8: 4tool 100
3/4 62-88 87=1,.00: 100
1/2 57-83 g1{Q0� 100
3/8 43-64 60-88 86n100. 100
4 29-47 34-54 41-64 48-73 68;I00
8 19-34 22-39 27-47 31-54 39-73
16 12-25 14-29 17-34 20-39 24-54 28-73
30 7-18 8-21 9-25 11-29 13-39 16-54
50 3-14 3-15 4-18 5-21 6-29 7-39
100 0-10 0-11 0-14 0-15 0-21 0-29
200 0-2.0 0-2.0 0-2.0 0-2.0 0-2.0 0-2.0
= Nominal Maximum Size
All percentages are by weight.
Nominal maximum size for concrete aggregate is defined as the smallest standard sieve
opening through which the entire amount of the aggregate is permitted to pass. Standard
sieve sizes shall be those listed in ASTM C 33.
The Contracting Agency may sample each component aggregate prior to introduction to the
weigh batcher or as otherwise determined by the Engineer. Each separate component will
be sieve analyzed alone per AASHTO Test Method T-11/27. All material components will be
mathematically re -combined by proportions (Weighted Average), supplied by the Contractor.
9-03.8(2) HMA Test Requirements
Number 1 is revised to read:
Vacant.
Item 3 is revised to read:
3. The uncompacted void content for the combined fine aggregate is tested in accordance
with WSDOT Test Method for AASHTO T 304, Method A. The minimum percent voids
shall be as required in the following table:
Traffic HMA Evaluation
ESAL's (millions) Statistical & Nonstiatistical Commercial
< 3 40 40
> 3 44 40
The last paragraph of this section is revised to read:
When material is being produced and stockpiled for use on a specific contract or for a future
contract, the fine aggregate angularity, fracture, and sand equivalent requirements shall
apply at the time of stockpiling. When material is used from a stockpile that has not been
tested as provided above, the specifications for fine aggregate angularity, fracture, and sand
equivalents shall apply at the time of its introduction to the cold feed of the mixing plant.
63
9-03.8(7) HMA Tolerances and Adjustments
The requirement for "VMA" is revised to read:
VMA 1.5% below minimum value in 9-03.8(2)
9-03.12(4) Gravel Backfill for Drains
The percent Passing for Sieve size 3/8" square is revised from "10 - 40" to "0 - 40".
9-03.12(5) Gravel Backfill for Drywells
The percent passing for sieve size 1" square is revised to "50-100".
9-03.14 Borrow
This section is supplemented with the following:
9-03.14(1) Gravel Borrow
Ballast may be substituted for gravel borrow for embankment construction.
9-03.14(4) Gravel Borrow for Geosynthetic Retaining Wall
All backfill material used in the reinforced soil zone of the geosynthetic retaining wall shall
conform to requirements of Section 9-03.14(1) and shall be free draining, free from organic
or otherwise deleterious material. The material shall be substantially free of shale or other
soft, poor durability particles, and shall not contain recycled materials, such as glass,
shredded tires, portland cement concrete rubble, or asphaltic concrete rubble. The backfill
material shall meet the following requirements:
Property Test Method Allowable Test Value
Los Angeles Wear,
500 rev. AASHTO T 96 35 percent max.
Degradation WSDOT Test Method 113 15 min.
pH AASHTO T 289-91 **
** 4.5 to 9 for permanent walls and 3 to 10 for temporary walls
Wall backfill material satisfying these gradation, durability and chemical requirements. shall
be classified as nonaggressive.
9-03.21(2) Recycled Hot Mix Asphalt
The Maximum Bitumen Content (Percent) for Gravel Borrow is revised from "0" to "1.2".
SECTION 9-04, JOINT AND CRACK SEALING MATERIALS
April 5, 2004
9-04.2(2) Two Component Poured Rubber Joint Sealer
The section title is revised to read:
9-04.2(2) Poured Rubber Joint Sealer
SECTION 9-05, DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS
August 1, 2005
9-05.1(2) Zinc Coated (Galvanized) or Aluminum Coated (Aluminized) - Corrugated Iron or
Steel Drain Pipe
This section is revised to read:
64
Zinc coated (galvanized) or aluminum coated (aluminized Type 2) corrugated iron or steel
drain pipe shall meet the requirements of AASHTO M 36. The steel sheet thickness shall be
0.064 inch for 6 -inch diameter and larger drain pipe. Zinc coated steel shall meet the
material requirements of AASHTO M 218 (ASTM A929). Aluminum coated steel shall meet
the material requirements of AASHTO M-274 (ASTM A929).
9-05.2(4) Zinc Coated (Galvanized) or Aluminum Coated (Aluminized) - Corrugated Iron or
Steel Underdrain Pipe
This section is revised to read:
Zinc coated (galvanized) or aluminum coated (aluminized type 2) corrugated iron or steel
underdrain pipe shall meet the fabrication requirements of AASHTO M 36, except that
perforations required in Class I, II, and III pipe may be located anywhere on the tangent of
the corrugations provided the other perforation spacing requirements remain as specified.
Zinc coated steel shall meet the material requirements of AASHTO M 218 (ASTM A929).
Aluminum coated steel shall meet the material requirements of AASHTO M-274 (ASTM
A929).
The pipe may conform to any one of the Type III pipes specified in AASHTO M 36,. and
perforations in Class I, II, and III pipe may be drilled or punched. The sheet thickness shall
be 0.064 inch for 6 -inch and larger diameter underdrain pipe.
9-05.4 Steel Culvert Pipe and Pipe Arch
This section is revised to read:
Steel culvert pipe and pipe arch shall meet the fabrication requirements of AASHTO M 36,
Type 1 and Type II.. Zinc coated steel shall meet the material requirements of AASHTO M
218 (ASTM A929). Aluminum coated steel shall meet the material requirements of
AASHTO M-274 (ASTM A929).
9-05.4(3) Protective Treatment
This section is revised to read:
Steel pipe and pipe arch culverts shall be coated by one of the following protective
treatments, when such treatment is specified:
Treatment 1 Coated uniformly inside and out with asphalt as per 9-05.4(4)
(AASHTO M190 Type A) or with polymer as per 9-05.4(6).
Treatment 2 Coated uniformly inside and out with asphalt and with an asphalt
paved invert (AASHTO M 190 Type C) or with polymer as per 9-
05.4(6).
Treatment 3 This treatment is no longer available.
Treatment 4 This treatment is no longer available.
Treatment 5 Coated inside and out with asphalt and a 100 percent periphery
inside spun asphalt lining (AASHTO M 190 Type D).
Treatment 6 This treatment is no longer available.
9-05.4(4) Asphalt Coatings and Paved Inverts
Aluminum thickness in inches is deleted from the chart under item 1.
The second paragraph under item 2 is revised to read:
The paved invert for Treatment 2 shall consist of bituminous material applied in such a
manner that one or more smooth pavements will be formed in the invert filling the
corrugations for at least 40 percent of the circumference. The pavement shall have a
minimum thickness of 1/8 inch above the crest of the corrugations except where the upper
edges intercept the corrugation. The pavements shall be applied following the coating with
asphalt . Treatment 5 may be substituted for Treatment 2, at the option of the Contractor.
65
Section 9-05 is supplemented with the following new section:
9-05.4(5) Polymer Protective Coating
Polymer coated steel pipe and pipe -arch shall meet the fabrication requirements of AASHTO
M 36 (ASTM A760). Polymer protective coatings shall meet the material requirements of
AASHTO M 246 (ASTM A742). Polymer coating shall be mill applied to galvanized steel
coils before fabrication and shall measure 10 mils thick on each side.
9-05.5(3) Protective Treatment
This section including title is revised to read:
9-05.5(3) Vacant
9-05.5(4) Asphalt Coatings
This section including title is revised to read:
9-05.5(4) Vacant
9-05.9 Steel Spiral Rib Storm Sewer Pipe
This section is revised to read:
Steel spiral rib storm sewer pipe shall meet the fabrication requirements of AASHTO M 36
and these Specifications. Zinc coated steel shall meet the material requirements of AASHTO
M 218 (ASTM A929). Aluminum coated steel shall meet the material requirements of
AASHTO M-274 (ASTM A929). The size, coating, metal, and protective treatment, if any,
shall be as shown in the Plans or in the specifications.
The manufacturer of spiral rib storm sewer pipe shall furnish the Engineer a Manufacturer's
Certificate of Compliance stating that the materials furnished comply in all respects with
these Specifications. The Engineer may require additional information or tests to be
performed by the Contractor at no expense to the Contracting Agency.
Unless otherwise specified, spiral rib storm sewer pipe shall be furnished with pipe ends cut
perpendicular to the longitudinal axis of the pipe. Pipe ends shall be cut evenly. Spiral rib
pipe shall be fabricated by using a continuous helical lock seam.
Spiral rib storm sewer pipe shall have helical ribs that project outwardly, be formed from a
single thickness of material, and conform to one of the following configurations:
1. 3/4 inch wide by 3/4 inch deep ribs at 7-1/2 inches on center.
2. 3/4 inch wide by 1 inch deep ribs at 11-1/2 inches on center.
3. 3/4 inch wide by 5/8 inch deep ribs at 12 inches on center.
Pipe shall be fabricated with ends that can be effectively jointed with coupling bands.When it
is required, spiral rib pipe shall be furnished with bituminous or polymer protective treatment
1 or 2 treated or paved. The bituminous treatment for spiral rib pipe shall conform to the
requirements of Sections 9-05.4(3) and 9-05.4(4). Polymer coating shall conform to Section
9-05.4(5).
9-05.9(2) Continuous Welded Seam Pipe
This section including title is revised to read:
9-05.9(2) Vacant
9-05.10 Steel Storm Sewer Pipe
This section is revised to read:
66
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Steel storm sewer pipe shall conform to the requirements of Section 9-05.4 for steel culvert
pipe, except that protective coating shall be Treatment 1 or 5, and be constructed of helically
corrugated lock seam pipe. When gasketed helically corrugated lock seam steel pipe is
called for, and the pipe is properly sized to meet hydraulic requirements, Treatment 5 is not
required.
9-05.11 Aluminum Storm Sewer Pipe
This section is revised to read:
Aluminum storm sewer pipe shall conform to the requirements of Section 9-05.5 for
aluminum culvert pipe, and the pipe shall be constructed of helically corrugated lock seam
aluminum pipe.
9-05.16 Grate Inlets and Drop Inlets
The first and second paragraphs are revised to read:
Steel in grates, angles, and anchors for grate inlets shall conform to ASTM A 36, except
structural tube shall conform to ASTM A 500, Grade B, and structural shapes may conform
to ASTM A 992. After fabrication, the steel shall be galvanized in accordance with AASHTO
M 111, or galvanized with a hot -sprayed (plasma flame applied) 6 mil minimum thickness
plasma coating.
Steel grating shall be fabricated by weld connections. Welds, welding procedures, and
welding materials shall conform with the AWS D1.1/D1.1M, latest edition, Structural Welding
Code.
9-05.17 Aluminum Spiral Rib Storm Sewer Pipe
This section is revised to read:
Aluminum spiral storm sewer pipe shall meet the fabrication requirements of AASHTO M
196 and these Specifications. Aluminum alloy shall meet the material requirements of
AASHTO M 97 (ASTM B744). The size and corrugation shall be as shown in the Plans or in
the Specifications. The size, metal, and protective treatment shall be as shown in the Plans
or in the Specifications.
The manufacturer of spiral rib storm sewer pipe shall furnish to the Engineer a
Manufacturer's Certificate of Compliance stating that the materials furnished comply in all
respects with these Specifications. The Engineer may require additional information or tests
to be performed by the Contractor at no expense to the Contracting Agency.
Unless otherwise specified, spiral rib storm sewer pipe shall be furnished with pipe ends cut
perpendicular to the longitudinal axis of the pipe. Pipe ends shall be cut evenly. Spiral rib
pipe shall be fabricated by using a continuous helical lock seam.
Spiral rib storm sewer pipe shall have helical ribs that project outwardly, be formed from a
single thickness of material, and conform to one of the following configurations:
t 3/4 inch wide by % inch deep ribs at 7-1/2 inches on center.
2. 3/4 inch wide by 1 inch deep ribs at 11-1/2 inches on center.
3. 3/4 inch wide by 5/8 inch deep ris at 12 inches on center.
Pipe shall be fabricated with ends that can be effectively jointed with coupling bands.
9-05.19 Corrugated Polyethylene Culvert Pipe
The first paragraph is revised to read:
Corrugated polyethylene culvert pipe shall meet the requirements of AASHTO M 294 Type S or D
for pipe 12 -inch to 60 -inch diameter.
67
SECTION 9-06, STRUCTURAL STEEL AND RELATED MATERIALS
January 5, 2004
9-06.16 Roadside Sign Structures
The third paragraph is revised to read:
Posts for multiple post sign structures shall conform to either ASTM A 36 or ASTM A 992.
Posts conforming to either ASTM A 588 or ASTM A 572 Grade 50 may be used as an
acceptable alternate to the ASTM A 36 and ASTM A 992 posts. All steel not otherwise
specified shall conform to either ASTM A 36 or ASTM A 992.
9-06.18 Metal Railings
The first paragraph is revised to read:
Metal bridge railing shall conform to the type and material specifications set forth in the
Plans and Special Provisions. Steel used for metal railings, when galvanized after
fabrication in accordance with AASHTO M 111, shall have a controlled silicon content of
either 0.00 to 0.04 percent or 0.15 to 0.25 percent. Mill test certificates verifying the silicon
content of the steel shall be submitted to both the galvanizer and the Engineer prior to
beginning galvanizing operations.
SECTION 9-08, PAINTS
April 5, 2004
9-08.2 Paint Formulas — General
The following paint formulas and associate specifications are deleted:
Formula A-6-86 Zinc Dust Zinc Oxide Primer
Formula H -2 -83 -White Masonry Paint for Precast Curbs
Formula H-3-83 Yellow Masonry Paint for Precast Curbs
SECTION 9-12, MASONRY UNITS
August 1, 2005
9-12.4 Precast Concrete Manholes
The third paragraph is revised to read:
Manufacturers may reinforce the concrete mix with synthetic fibers as an alternate to
conventional secondary reinforcement in 48 -inch diameter by 3 -foot high eccentric or
concentric cone sections. The synthetic fiber, either nylon multifilament fibers or
polypropylene fibrillated fibers, shall meet the requirements of ASTM C 1116 , Section 4.1.3
and Note 3 and ICC ES AC 32, Sections 4.1.1 and 4.1.2. Synthetic fibers shall be added at
a rate of 1.0 pound of Nylon Multifilament fibers per cubic yard of concrete or 1.5 pounds of
Polypropylene Fibrillated fibers per cubic yard of concrete and shall be thoroughly mixed
with the concrete before placement in the forms. The synthetic fibers shall be a minimum of
0.75 inches and a maximum of 2 inches in length. A minimum of two hoops of W2 wire shall
be placed in the 48 -inch end of each cone. No steel is required in the remainder of the cone.
Precast concrete units shall be furnished with knockouts or cutouts.
9-12.5 Precast Concrete Catch Basins
The first and second sentences in the second paragraph are revised to read:
68
As an alternate, Type 1, Type 1L and Type 1P, Catch Basins may be fabricated using synthetic
fiber reinforcement, either nylon multifilament fibers or polypropylene fibrillated fibers, meeting the
requirements of ASTM C 1116 Section 4.1.3 and Note 3 and ICC ES AC 32, Sections 4.1.1 and
4.1.2.. Synthetic fibers shall be added at the rate of 1.0 pound of Nylon Multifilament fibers per
cubic yard of concrete or 1.5 pounds of Polypropylene Fibrillated fibers per cubic yard of
concrete, and shall be thoroughly mixed with the concrete before placement
SECTION 9-14, EROSION CONTROL AND ROADSIDE PLANTING
August 1, 2005
9-14.4(1) Straw
The first sentence is revised to read:
All straw material shall be in an air dried condition free of noxious weeds and other materials
detrimental to plant life.
9-14.4(8) Compost
This section is revised to read:
Compost products shall be the result of the biological degradation and transformation of
plant -derived materials under controlled conditions designed to promote aerobic
decomposition. Compost shall be stable with regard to oxygen consumption and carbon
dioxide generation. Compost shall be mature with regard to its suitability for serving as a
soil amendment or an erosion control BMP as defined below. The compost shall have a
moisture content that has no visible free water or dust produced when handling the material.
Compost production and quality shall comply with. Chapter 173-350 WAC.
Compost products shall meet the following physical criteria:
1. Compost material shall be tested in accordance with Testing Methods for the
Examination of Compost and Composting (TMECC) Test Method 02.02-B,
"Sample Sieving for Aggregate Size Classification".
Fine Compost shall meet the following:
Min. Max.
Percent passing 2" 100%
Percent passing 1" 90% 100%
Percent passing 3/4" 70% 100%
Percent passing'/4" 40% 75%
Maximum particle length of 6 inches
Coarse Compost shall meet the following:
Min. Max.
Percent passing 3" 100%
Percent passing 1" 90% 100%
Percent passing' " 70% 100%
Percent passing '/<" 40% 60%
Maximum particle length of 6 inches
2. The pH shall be between 6.0 and 8.5 when tested in accordance with TMECC
04.11-A, "1:5 Slurry pH"
69
3. Manufactured inert material (plastic, concrete, ceramics, metal, etc.) shall be less
than 0.5 percent on a dry weight or volume basis, whichever provides for the least
amount of foreign material.
4. Minimum organic matter shall be 40 percent dry weight basis as determined by
TMECC 05.07A, "Loss -On -Ignition Organic Matter Method".
5. Soluble salt contents shall be less than 6.0 mmhos/cm tested in accordance with
TMECC 04.10-A, "1:5 Slurry Method, Mass Basis".
6. Maturity greater than 80% in accordance with TMECC 05.05A, "Germination and
Root Elongation".
7. Stability 8 or below in accordance with TMECC 05.08-B, Carbon Dioxide Evolution
Rate".
8. The compost product must originate a minimum of 65 percent by volume from
recycled plant waste as defined in WAC 173-350 as "Type 1 Feedstocks." A
maximum of 35 percent by volume of other approved organic waste and/or
biosolids may be substituted for recycled plant waste. The supplier shall provide
written verification of feedstock sources
The compost supplier will test all compost products within 30 calendar days prior to initial
application with samples taken from the material stockpiled by the supplier for project use.
Samples will be taken using the Seal of Testing Assurance (STA) sample collection protocol.
(The sample collection protocol can be obtained from the U.S. Composting Council, 4250
Veterans Memorial Highway, Suite 275, Holbrook, NY 11741
Phone: 631-737-4931). The sample shall be sent to an independent STA Program approved
lab. The compost supplier will pay for the test. A copy of the approved independent STA
Program laboratory test report shall be submitted to the Contracting Agency prior to initial
application of the compost.
Compost not conforming to the above requirements or taken from a source other than those
tested and accepted shall be immediately removed from the project and replaced at no cost
to the Contracting Agency.
The contractor shall either select a compost supplier from the Qualified Products List, of
submit the following information to the Engineer for approval:
1. A Request for Approval of Material Source.
2. A copy of the Solid Waste Handling Permit issued to the supplier by the
Jurisdictional Health Department as per WAC 173-350 (Minimum Functional
Standards for Solid Waste Handling).
3. The supplier shall verify in writing, and provide lab analyses that the material
complies with the processes, testing, and standards specified in WAC 173-350
and these specifications. The analysis shall be performed by an independent STA
Program certified laboratory.
4 A list of the feedstock by percentage present in the final compost product.
5. A copy of the producers Seal of Testing Assurance certification as issued by the
U.S. Composting Council.
Acceptance will be based upon a satisfactory Test Report from an independent STA
program certified laboratory.
70
Section 9-14.4 is supplemented with the following new sections:
9-14.4(9) Bonded Fiber Matrix (BFM)
The BFM shall be a hydraulically -applied blanket/mulch/covering composed of long strand,
thermally processed wood fibers and crosslinked, hydro -colloid tackifier. The BFM may
require a 24-48 hour curing period to achieve maximum performance. Once cured, the BFM
forms an intimate bond with the soil surface to create a continuous, absorbent, flexible
erosion resistant blanket that allows for rapid germination and accelerated plant growth.
9-14.4(10) Mechanically -Bonded Fiber Matrix (MBFM)
The MBFM shall be a hydraulically -applied, flexible erosion control blanket/mulch/covering
composed of long strand, thermally processed wood fibers, crimped, interlocking fibers and
performance enhancing additives. The MBFM shall require no curing period and upon
application forms an intimate bond with the soil surface to create a continuous, porous,
absorbent and erosion resistant blanket that allows for rapid germination and accelerated
plant growth.
SECTION 9-16, FENCE AND GUARDRAIL
April 4, 2005
9-16.1 Chain Link Fence and Gates
All sub -sections under Section 9-16.1 are deleted and replaced with the following:
9-16.1(1) General
All material used in the construction of chain link fence and gates shall be new. Iron or steel
material shall be galvanized unless specified otherwise. Material upon which serious
abrasions of galvanizing occur shall not be acceptable.
9-16.1(1)A Post Material for Chain Link Fence
Except as noted otherwise, post material shall conform to the requirements of AASHTO M
181, Type I (zinc -coated steel), Grade 1 or 2, and shall be understood to include all round
and roll -formed material (brace rails, top rails, line posts, brace posts, end posts, corner
posts and pull posts).
Grade 1 post material shall conform to the weight per linear foot, minimum wall thickness
and detail requirements of Standard Plan L-2. Grade 1 post material that exceeds the
maximum wall thickness requirement of Standard Plan L-2 may be accepted, provided it
does not interfere with the proper construction of the fence.
Grade 2 post material shall meet the organic exterior coatings requirements of AASHTO M
181 (Section 33) and the additional requirement that the interior coated surface shall be
capable of resisting 300 hours of exposure to salt fog with a maximum of 5% red rust when
tested in accordance with ASTM B 117.
• Round Post Material
Round post material shall be Grade 1 or 2.
• Roll Form Material
Roll -formed post material shall be Grade 1. Roll -formed end, corner, and pull
posts shall have integral fastening loops to connect to the fabric for the full length
of each post. Top rails and brace rails shall be open rectangular sections with
internal flanges as shown in Standard Plan L-2.
9-16.1(1)B Chain Link Fence Fabric
Chain link fabric shall consist of 11 gage wire for Types 3, 4, and 6 fence, and 9 gage wire
for Type 1 fence. The fabric shall be zinc -coated steel wire conforming to AASHTO M 181,
Class C.
71
The wire shall be woven into approximately 2 -inch diamond mesh. The width and top and
bottom finish of the fabric shall be as specified in AASHTO M 181.
9-16.1(1)C Tension Wire
Tension wire shall meet the requirements of AASHTO M 181. Tension wire galvanizing shall
be Class 1.
9-16.1(1)0 Fittings and Hardware
Except where indicated, fittings shall be malleable cast iron or pressed steel and shall
conform to the requirements of ASTM F626 or AASHTO M232, whichever is applicable.
Fittings for any particular fence shall be those furnished by the manufacturer of the fence.
Tension truss rods shall be 3/8 inch round galvanized rods with drop forged turnbuckles or
other approved type of adjustment. Couplings for tubular sections shall be outside sleeve
type and shall be at least 6 inches long.
Eye bolts for attaching tension wire shall be 3/8 inch diameter and of sufficient length to
fasten to the type of post being used.
Tension bars shall be 3/16 inch by 3/4 inch nominal and cross sectional area shall be 0.141
int +1- 5%.
Hog rings shall be 12 gage galvanized steel wire. Tie wire shall be 9 gage galvanized steel
wire or 9 gage aluminum wire meeting the requirements of ASTM F626.
9-16.1(E) Chain Link Gates
Gate frames shall be constructed of not less that 11/2 inch (I.D.) hot -dipped galvanized pipe
conforming to AASHTO M 181 Type I, Grade 1 or 2 as specified in Section 9-16.1(1)A. The
corners of the gate frame shall be fastened together and reinforced with a malleable iron or
pressed steel fitting designed for the purpose, or they may be welded. Welding shall
conform to the requirements of Section 6-03.3(25). All welds shall be ground smooth and
painted with an A-9-73 or A-11-99 primer meeting the requirements of Section 9-08.2. The
paint shall be applied in one or more coats to provide a minimum dry film thickness of 3.5
mils.
Chain link fence fabric for filling the gate frame shall meet the requirements of Section 9-
16.1(1)B for the fence type being furnished.
Cross trussing shall be 5/16 inch steel adjustable rods galvanized in accordance with
Section 9-16.1(1)D.
Each gate shall be furnished complete with necessary hinges, latch, and drop bar locking
device designed for the type of gate posts and gate used on the project. Gates shall have
positive type latching devices with provisions for padlocking. Hinges, latches, and locking
devices shall be galvanized in accordance with Section 9-16.1(1)D.
Gate frames constructed of steel sections, other than pipe, that are fabricated in such a
manner as to form a gate of equal or better rigidity may be used provided they are approved
by the Engineer.
9-16.1(1)F Concrete
All concrete for chain link fence shall be as specified in Section 6-02.3(2)B.
9-16.1(2) Approval
Approval of materials for chain link fence shall be by evaluation of independent test results
from a certified testing laboratory or by QPL. Independent test results for evaluation shall be
submitted to the State Materials Engineer in Tumwater WA.
72
9-16.2 Wire Fence and Gates
All sub -sections under Section 9-16.2 are deleted and replaced with the following:
9-16.2(1) General
All materials used in the construction of the wire fence shall be new. All iron or steel
material shall be galvanized. Material upon which serious abrasions of galvanizing occur will
not be acceptable.
9-16.2(1)A Steel Post Material
• Round Post Material
Round post material shall conform to AASHTO M 181, Type I, Grade 1.
• Angle Post Material (Channel, T, U, Y, or Other Approved Style)
All angle post material shall be hot -dipped galvanized in accordance with the
requirements of AASHTO M 111 grade 75. Galvanizing shall be 1.7 oz/ft2 of surface
area. Angle post used for end, corner, gate and pull post and brace shall have a
minimum weight of 3.1 lb/ft.
Posts shall be not less than 7 feet in length. A tolerance of -5% on the weight of individual
posts, braces or anchor plates will be permitted. One type of line post shall be used
throughout the project. Line posts shall be studded, slotted, or properly adapted for
attaching either wire or mesh in a manner that will not damage the galvanizing of posts, wire
or mesh during the fastening. Line posts shall have a minimum weight of 1.33 lbs/ft and
shall be provided with a tapered galvanized steel anchor plate. The anchor plate shall be
securely attached and have a surface area of 20 +/-2 in2, a minimum weight of 0.67 pounds
and 1.7 oz/ft2galvanizing.
9-16.2(1)B Wood Fence Posts and Braces
Douglas fir, Western red cedar, hemlock, or larch shall be used in the construction of wood
fence posts and braces. The material shall be of good quality and approved by the Engineer
before use. Peeler cores shall not be used for round posts:Wood fencing materials shall
have sufficient sapwood in the outer periphery to obtain the specified penetration of
preservative. Western red cedar will not require preservative treatment. Fencing materials
shall be cut to the correct length before pressure treatment.
Line posts shall be 3 inch minimum diameter round posts or nominal 3 inch by 3 inch square
sawed posts. If the posts are to be pointed for driving, they shall be pointed before
treatment. Line posts shall be at least 7 feet in length.
Pull posts and brace posts shall be 6 inch diameter round posts or nominal 6 inch by 6 inch
material not less than 7 feet in length.
End, gate, and corner posts, and posts at an intersecting fence shall be 6 inch diameter
round posts or nominal 6 inch by 6 inch material not less than 7 feet 10 inches in length.
All sawed posts and timbers shall meet the requirements in the table under Section 9-09.2.
The preservatives used to pressure treat wood fencing materials shall meet the
requirements of Section 9-09.3.
The retention and penetration of the preservative shall be as follows:
73
Minimum Retention in Pounds Per Cubic Foot
Preservative
Sawed Posts
Round Posts
Creosote
10.00
8.00
Pentachlorophenol
0.50
0.40
ACA
0.40
0.40
ACZA
0.40
0.40
CCA
0.40
0.40
Minimum Penetration
for material 5" or less - 0.40 inches penetration and 90% of sapwood
for material 5" or greater - 0.50 inches penetration and 90% of sapwood
9-16.2(1)C Brace Wire
Brace wire shall be 9 gage wire galvanized to meet the requirements of AASHTO M 279,
Type Z, Class 1.
9-16.2(1)D Staples and Wire Clamps
The staples used to attach the wire fencing to wood posts shall be 9 gage wire, 1 1/2 inches
long, galvanized to meet the requirements of AASHTO M 279, Type Z, Class 1.
The wire clamps used to attach the wire fencing to steel posts shall be 11 gage wire,
galvanized to meet the requirements of AASHTO M 279, Type Z, Class 1.
9-16.2(1)E Barbed Wire
Barbed wire shall conform to the requirements of AASHTO M 280, Type Z and shall consist
of two strands of 12 1/2 gage wire, twisted with four point 14 gage barbs with barbs spaced
5 inches apart (Design 12-4-5-14R). Galvanizing shall be Class 3.
9-16.2(1)F Wire Mesh
Wire mesh shall conform to the requirements of AASHTO M 279, Type Z and shall consist of
eight horizontal wires with vertical stays spaced 6 inches apart. The top and bottom wires
shall be -10 gage, and the intermediate wires and vertical stays shall be 12 1/2 gage. The
mesh shall have a total width of 32 inches (Design 832-6-12 1/2). Galvanizing shall be
Class 3.
The zinc coated wire as represented by the test specimens shall be capable of being
wrapped in a close helix at a rate not exceeding 15 turns/minute around a cylindrical steel
mandrel having a diameter the same as the specimen being tested, without cracking or
flaking the zinc coating to such an extent that any zinc can be removed by rubbing with the
bare fingers.
9-16.2(1)G Vertical Cinch Stays
Vertical cinch stays shall be 10 gage galvanized wire meeting the requirements of AASHTO
M 279, Type Z, Class 1.
9-16.2(1)H Miscellaneous Hardware
Bolts, nuts, hinges, latches and other miscellaneous hardware shall be galvanized in
accordance with AASHTO M 232.
9-16.2(1)1 Wire Gates
Gate frames shall be constructed of galvanized pipe with a nominal diameter of not less than
1 inch. The pipe shall conform to the requirements of AASHTO M 181 Type I, Grade 1.
Wire gates shall be not less than 48 inches in height and shall be designed to fit openings of
74
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
the width called for in the Plans or as indicated by the bid items. Each gate shall be
provided with two upright braces of the same material as the frame, spaced at 1/3 points in
the gate. All gates shall be provided with adjustable 5/16 inch diameter galvanized diagonal
truss rods from corner to corner. Galvanizing shall be in accordance with Section 9-
16.2(1)H.
The gate frame shall be provided with wire mesh conforming to the requirements specified in
Section 9-16.2(1)F, except that it shall consist of 10 horizontal wires and have a total width
of 47 inches.
Each gate shall be furnished complete with necessary galvanized hinges and latch designed
for use with the type of gate posts used on the project. The hinges shall be so designed as
to be securely attached to the gate post and to enable the gate to be swing back against the
fence. Double gates shall be hinged in the same manner as single gates and shall be
provided with an approved galvanized drop bar locking device. Galvanizing for hinges,
latches, and locking devices shall be in accordance with Section 9-16.2(1)H.
9-16.2(1)J Concrete
All concrete for wire fence shall be as specified in Section 6-02.3(2)B.
9-16.2(2) Approval
Approval of materials for wire fence shall be by evaluation of independent test results from a
certified testing laboratory or by QPL. Independent test results for evaluation shall be
submitted to the State Materials Engineer in Tumwater WA.
9-16.3(1) Rail Element
The third paragraph is revised to read:
The 6 -inch channel rails and splice plates shall conform to ASTM A 36, except that the
channel rails may conform to ASTM A 992. All fabrication shall be complete before
galvanizing.
9-16.3(2) Posts and Blocks
The first sentence of the first paragraph is revised to read:
Posts and blocks may be of creosote treated timber, pentachlorophenol treated timber,
waterborne chromated copper arsenate (CCA), ammoniacal copper arsenate (ACA), or
ammoniacal copper zinc arsenate (ACZA), treated timber or galvanized steel; except only
treated timber posts and blocks may be used for weathering steel beam guardrail.
In the second paragraph, the treatment for Pentachlorophenol is revised from 060 lbs. pcf to 0.60
lbs. pcf.
The fourth paragraph is revised to read:
Steel posts, blocks, and base plates, where used, shall conform to either ASTM A 36 or
ASTM A 992, and shall be galvanized in accordance with AASHTO M 111. Welding shall
conform to Section 6-03.3(25). All fabrication shall be completed prior to galvanizing.
9-16.3(4) Hardware
This section is revised to read:
Bolts, unless otherwise specified, shall comply with ASTM A 307 Grade A specifications.
High strength bolts shall conform to the requirements of AASHTO M 164. Nuts, unless
otherwise specified, shall comply with ASTM A 563 Grade A specifications. Washers,
unless otherwise specified, shall meet ASTM F 844 specifications. The Contractor shall
submit a manufacturer's certificate of compliance for high strength bolts, nuts, and washers
75
prior to installing any of the hardware. A307 Bolts will be accepted by field verification and
documentation that bolt heads are stamped 307A.
1
1
9-16.3(5) Anchors
The sixth paragraph is revised to read:
The anchor plate, W200 x 27 and metal plates shall be fabricated of steel conforming to the
specifications of ASTM A 36, except that the W200 x 27 may conform to ASTM A 992.
SECTION 9-23, CONCRETE CURING MATERIALS AND ADMIXTURES
April 4, 2005
This section is supplemented with the following new sub -sections:
9-23.10 Ground Granulated Blast Furnace Slag
Ground granulated blast furnace slag shall meet the requirements of AASHTO M 302, Grade
100 or Grade 120. The grade of the ground granulated blast furnace slag, the source, and
type of manufacturing facility shall be certified on the cement mill test certificate.
9-23.11 Microsilica Fume
Microsilica Fume shall conform to the requirements of AASHTO M 307. The optional
physical requirement for Reactivity with Cement Alkalies set forth in Table 3 will be required
when Microsilica Fume is being used as an ASR mitigation measure.
SECTION 9-28, SIGNING MATERIALS AND FABRICATION
December 6, 2004
9-28.1 General
The third sentence in the first paragraph is deleted.
9-28.6 Destination Sign Messages
The second paragraph is deleted.
9-28.8 Sheet Aluminum Signs
The sheet thickness chart is revised to read:
Maximum Horizontal Dimension
Overlay panels
Up to 20 inches
20 inches to 36 inches, inclusive
Over 36 inches (Permanent Signs)
The fourth paragraph is revised to read:
Sheet Aluminum Thickness
0.050 inch
0.063 inch
0.080 inch
0.125 inch
Before placing aluminum in contact with untreated steel, the steel surfaces shall be
protected by proper cleaning and painting with one coat of Zinc Primer A-9-73 or A-11-99
and two coats of aluminum paint D-1-57.
9-28.10 Plywood Signs
This section is deleted.
9-28.11 Hardware
The entry for hardware item "Angle and "Z" Bar" in the table in this section is revised to read:
Angle and "Z" Bar ASTM B 221 6061-T6 Aluminum
76
1
1
1
1
1
1
1
1
1
1
1
1
1
1
ASTM A 36 or ASTM A 992 Steel
9-28.14(2) Steel Structures and Posts
This section is revised to read:
Truss chords, struts, and diagonals, end posts, and end post struts and diagonals for sign
bridge structures and cantilever sign structures shall conform to either ASTM A 36 or ASTM
A 53 Grade B Type E or S. The nominal pipe diameter and the pipe wall thickness shall be
as shown in the Plans or Standard Plans. All other structural steel for sign bridge structures
and cantilever sign structures shall conform to either ASTM A 36 or ASTM A 992. Truss
member connection hardware shall conform to Section 9-06.5(3).
Pipe members for bridge mounted sign brackets shall conform to ASTM A 53 Grade B Type
E or S, and shall be Schedule 40 unless otherwise specified. All other structural steel for
bridge mounted sign brackets shall conform to either ASTM A 36 or ASTM A 992. U bolts,
and associated nuts and washers, shall be stainless steel conforming to Section 9-28.11,
and shall be fabricated hot.
Anchor rods for sign bridge and cantilever sign structure foundations shall conform to ASTM
F 1554 Grade 105, including Supplemental Requirements S2, S3, and S5. Nuts and
washers for sign bridge and cantilever sign structure foundations shall conform to AASHTO
M 291 Grade DH and AASHTO M 293, respectively.
Steel sign structures and posts shall be galvanized after fabrication in accordance with
AASHTO M 111, unless noted otherwise in the Plans. All bolts, nuts, and washers shall be
galvanized after fabrication in accordance with AASHTO M 232. Unless otherwise specified
in the Plans or Special Provisions, metal surfaces shall not be painted.
Except as otherwise noted, steel used for sign structures and posts shall have a controlled
silicon content of either 0.00 to 0.04 percent or 0.15 to 0.25 percent. If the Plans or Special
Provisions specify painting of the galvanized steel surfaces, then the controlled silicon
content requirement does not apply for those steel members. Mill test certificates verifying
the silicon content of the steel shall be submitted to both the galvanizer and the Engineer
prior to beginning galvanizing operations.
Minor fabricating and modifications necessary for galvanizing will be allowed if not detrimental to
the end product as determined by the Engineer. If such modifications are contemplated, the
Contractor shall submit to the Engineer, for approval, six copies of the proposed modifications,
prior to fabrication.
77
SECTION 9-29, ILLUMINATION, SIGNALS, ELECTRICAL
April 4, 2005
9-29.3 Conductors, Cable
Under the second paragraph, item 5 is revised to read:
5. Pole and bracket cable shall be a two -conductor cable rated for 600 volts. The
individual conductors shall be one red and one black 19 -strand No. 10 AWG copper,
assembled parallel. The conductor insulation shall be 45 -mil polyvinyl chloride or a 600
volt rated cross-linked polyethylene. The Jacketing shall be polyethylene or polyvinyl
chloride not Tess than 45 -mils thick. If luminaires with remote ballasts are specified in
the contract, this same cable shall be used between luminaire and ballast for both
timber and ornamental pole construction. If the luminaire requires fixture wire
temperatures greater than 75°C, the outer jacket shall be stripped for that portion of the
cable inside the luminaire. The single conductors shall then be sheathed with braided
fiberglass sleeving of the temperature rating recommended by the luminaire
manufacturer.
9-29.6 Light and Signal Standards
The first paragraph is supplemented with the following:
Fabrication of light and signal standards shall conform to the applicable requirements of
Section 6-03.3(14).
9-29.6(1) Light and Signal Standards
This section including title is revised to read:
9-29.6(1) Steel Light and Signal Standards
Steel plates and shapes for light and signal standards shall conform to ASTM A 36, except
that structural shapes may conform to ASTM A 992. Shafts for light and signal standards,
except Type PPB 'signal standards, shall conform to ASTM A 572 Grade 50. Shafts and
caps for Type PPB signal standards, slipfitters for type PS I, FB, and RM signal standards,
and all pipes shall conform to ASTM A 53 Grade B. Base plates for light standards shall
conform to ASTM A 572, Grade 50, except as otherwise noted in the Standard plans for
fixed base light standards. Base plates for signal standards shall conform to ASTM A 36.
Connecting bolts shall conform to AASHTO M 164. Fasteners for handhole covers, bands
on lighting brackets, and connector attachment brackets shall conform. to ASTM F 593.
Light and signal standards shall be hot -dipped galvanized in accordance with AASHTO M
111 and AASHTO M 232.
Steel used for light and signal standards shall have a controlled silicon content of either 0.00
to 0.04 percent or 0.15 to 0.25 percent. Mill test certificates verifying the silicon content of
the steel shall be submitted to both the galvanizer and the Engineer prior to beginning
galvanizing operations.
9-29.6(2) Slip Base Hardware
This section is revised to read:
Slip plates and anchor plates for light standards and for Type FB and RM signal standards
shall conform to the requirements of ASTM A 572 Grade 50. The keeper plate shall be 28
gage, conforming to ASTM A 653 coating designation G 90. Clamping bolts for slip base
assemblies and slip base adapters shall conform to AASHTO M 164. Studs and bolts for
slip base adapters shall conform to AASHTO M 164. Nuts shall conform to AASHTO M 291
Grade DH. Hardened washers shall conform to AASHTO M 293. Plate washers shall
conform to ASTM A 36.
Galvanized bolts shall meet standard specification 9-06.5(4).
78
9-29.10 Luminaires
Under the first paragraph, the third sentence in item D is revised to read:
All internal luminaire assemblies shall be assembled on or fabricated from either stainless
steel or galvanized steel.
9-29.13 Traffic Signal Controllers
This section is supplemented with the following:
All Traffic Signal Control Equipment Shall be Tested As Follows.
The supplier shall:
1. Seven days prior to shipping, arrange appointment for controller cabinet
assembly, and testing at the WSDOT Materials Laboratory or the facility
designated in the Special Provisions.
2. Assembly shall be defined as but not limited to tightening all screws, nuts and
bolts, verifying that all wiring is clear of moving parts and properly secured,
installing all pluggables, connecting all cables, Verify that all contract required
documents are present, proper documentation is provided, and all equipment
required by the contract is installed.
3. The assembly shall be done at the designated WSDOT facility in the
presence of WSDOT personnel.
4. The supplier shall demonstrate that all of the functions required by this
specification and the contract Plans and Special Provisions perform as
intended. Demonstration shall include but not be limited to energizing the
cabinet and verifying that all 8 phases, 4 pedestrian movements, 4 overlaps
(as .required by the Contract Provisions) operate per Washington State
Standard Specifications Section 9-29.13. The supplier shall place the
controller in minimum recall with interval timing set at convenient value for
testing purposes. Upon a satisfactory demonstration the controller assembly
will then be accepted by WSDOT for testing.
5. If the assembly, and acceptance for testing is not complete within 5 working
days of delivery, the Project Engineer may authorize the return of the
assembly to the supplier, with collect freight charges to the supplier.
6. The Contractor will be notified when the testing is complete, and where the
assembly is to be picked -up for delivery to the project.
7. The supplier has 5 working days to repair or replace any components that fail
during the testing process at no cost to the Contracting Agency. A failure
shall be defined as a component that no longer functions as intended under
the conditions required or does not meet the requirements of the Contract
Specifications and is at the soul discretion of WSDOT.
8. Any part or component of the controller assembly, including the cabinet that
is rejected shall not be submitted for use by WSDOT or any City or County in
the State of Washington.
9-29.13(6) Radio Interference Suppressers
In the first paragraph, the second sentence is revised to read:
79
Interference suppressers shall be of a design which will minimize interference in both
broadcast and aircraft frequencies, and shall provide a minimum attenuation of 50 decibels
over a frequency range of 200 kilohertz to 75 megahertz when used in connection with
normal installations
9-29.13(7) Traffic -Actuated Controllers
In the first paragraph, item 3 is revised to read:
3. A minimum of four overlaps.
9-29.13(7)8 Auxiliary Equipment for NEMA Controllers
Under the first paragraph, item 2 is supplemented with the following:
The controller cabinet shall have all cabinet wiring installed for eight vehicle phases, four
pedestrian phases, four emergency pre-empts, four overlaps (OL A, B, C, D).
Under the first paragraph, item 7 is revised to read:
7. A "Display Panel" when noted in the contract. The display panel shall depict a generic
eight -phase operation. The panel shall be mounted on the inside of the front cabinet
door and the mounting shall be of a design that allows positioning of the panel in four
orientations 90 degrees from each other. The mounting shall be removable without use
of any tools. Incandescent red, yellow, green, walk and don't walk indicator lights shall
be provided for each phase. The indicator lights shall be connected to the associated
field terminals. The connecting cable shall be long enough to allow for any mounting
orientation. No diodes will be allowed in the display panel. A means of disconnecting
all wiring entering the panel shall be provided. Switches shall be provided on the panel
with labels and functions as follows:
a. Display On — Signal indicator lamps will display the operation of the
intersection.
b. Test — All indicator lamps shall be energized.
c. Display Off — all signal indicator lamps shall be de -energized.
A "Detector Panel", as specified in Standard Specification Section 9-29.12(7)D, shall be
installed. The panel shall be mounted on the inside of the front cabinet door. The
detector panel shall be constructed as a single unit. Detector switches with separate
operate,. test, and off positions shall be provided for each field detector input circuit. A
high intensity light emitting diode (LED) shall be provided for each switch. The lamp
shall energize upon vehicle, pedestrian or test switch actuation. The test switch shall
provide a spring loaded momentary contact that will place a call into the controller.
When in the OFF position, respective detector circuits will be disconnected. In the
operate position, each respective detector circuit shall operate normally. Switches shall
be provided on the panel with labels and functions as follows:
a. Display On — Detector indicator lights shall operate consistent with their
respective switches.
b. Display Off — detector indicator lights shall be de -energized.
A means of disconnecting all wiring entering the panel shall be provided The
disconnect shall include a means to jumper detection calls when the display panel is
disconnected. All switches on the panel shall be marked with its associated plan
detector number. All markers shall be permanent.
80
9-29.13(7)0 NEMA Controller Cabinets
This section is revised to read:
Each traffic -actuated NEMA controller shall be housed in a weatherproof cabinet conforming
to the following requirements:
1. Construction shall be of 0.073 -inch minimum- thickness series 300 stainless steel
or 0.125 minimum thickness 5052 H32 ASTM B209 alloy aluminum. The stainless
steel shall be annealed or one -quarter -hardness complying with ASTM A666
stainless steel sheet. Cabinets may be finished inside with an approved finish
coat of exterior white enamel. If no other coating is specified in the Contract
Provisions the exterior of all cabinets shall be bare metal. All controller cabinets
shall be furnished with front and rear doors.
2. The cabinet shall contain shelving, brackets, racks, etc., to support the controller
and auxiliary equipment. All equipment shall set squarely on shelves or be
mounted in racks and shall be removable without turning, tilting, or rotating or
relocating one device to remove another. A 24 slot rack or racks shall be
installed. The rack(s) shall be wired for 2 channel loop detectors and as follows.
Slots 1 & 2 phase 1 loop detectors. Slots 3, 4, & 5 phase 2 loop detectors. Slots
6 & 7 phase 3 loop detectors. Slots 8, 9, & 10 phase 4 loop detectors. Slots 11 &
12 phase 5 loop deterctors. Slots 13, 14, & 15 phase 6 loop detectors. Slots 16 &
17 phase 7 loop detectors. Slots 18, 19 & 20 phase 8 loop detectors. Slot 21
upper phase 1 loop detector. Slot 21 lower phase 5 detector. Slot 22 wired for a
2 channel discriminator channels A, C. Slot 23 wired for a 2 channel
discriminator, channels B, D. Slot 24 wired for a 4 channel discriminator, wired for
channel A, B, C, D. All loop detector slots shall be wired for presence/ pulse
detection/ extension. If an external power supply is required in order for the entire
racks(s) to be powered it shall be installed. All rack(s) slots shall be labeled with
engraved identification strips.
3. Additional detection utilizing the "D" connector shall be installed in accordance
with the contract. The cabinet shall be of adequate size to properly house the
controller and all required appurtenances and auxiliary equipment in an upright
position with a clearance of at least 3 inches from the vent fan and filter to allow
for proper air flow. In no case shall more than 70 percent of the cabinet volume be
used. There shall be at least a 2 -inch clearance between shelf mounted
equipment and the cabinet wall or equipment mounted on the cabinet wall.
4. The cabinet shall have an air intake vent on the lower half of the front door, with a
12 inch by 16 inch by 1 inch removable throw away filter, secured in place with a
spring-loaded framework.
5. The cabinet door(s) shall be provided with:
a. Spring loaded construction core locks capable of accepting a Best type
CX series six segment (core installed by others) shall be installed in
each door with the exception of the police panel door. Cabinet doors
shall each have a three point latch system.
b. A police panel assembly shall be installed in the front door and shall
have a stainless steel hinge pin and a police panel lock. Two police
keys with shafts a minimum of 1 3/4 inches long shall be provided with
each cabinet.
c. All doors and police panel door shall have one piece closed cell,
neoprene gaskets.
81
d. A two position doorstop assembly. Front and rear interior light control
switches.
1
1
9-29.13(7)E Type 170E, 170E -HC -11, 2070, 2070 Lite, ATC Controller Cabinets
This section is revised to read:
The above controllers shall be housed in a Models 332, Double 332, 336, 336S, 303
ITS/ATC cabinets, or as specified in the contract. Each door shall be furnished with a
construction core lock conforming to Standard Specifications 9-29.13 (7)D 5a, b and c
above. A police panel with door, stainless steel hinge pin and lock shall be provided. Two
police keys with shafts a minimum of 1 3/4" long shall be provided with each cabinet. Each
of these cabinets shall be furnished with auxiliary equipment described in Standard
Specification 9-29.13(7)C. Type 334 cabinets for traffic data station controller furnished
shall meet current Caltrans 170E specifications, as stated in Standard Specification 9-
29.13(7) and as follows. Camera control and DMS local control cabinets shall contain the
equipment shown in the •Plans. The cabinet shall have the same external physical
dimensions and appearance of Model 334 cabinets.
1. The cabinet shall be fabricated of stainless steel or sheet aluminum in accordance
with Section 9-29.13(7)D, Item number 1. Painted steel, painted or anodized
aluminum is not allowed.
2. Cabinet doors shall have a three-point latch and two -position stop assembly with
spring loaded construction core lock capable of accepting a Best lock company
type, with 6 -pin CX series core. The Contractor shall supply construction cores.
Upon contract completion, the Contractor shall deliver two master keys to the
Engineer.
3. Field wire terminals shall be labeled in accordance with the Field Wiring Chart.
4. A shatterproof fluorescent interior cabinet lights with self-starting ballast shall be
furnished, one fixture mounted on the rear rack near the top and the second
mounted at the top of the front rack. Door switches shall automatically turn on
both lights when either door is opened.
5. One controller unit shelf, which attaches to the front rails of the EIA rack, shall be
provided in lieu of the two controller unit support angles. The shelf shall be
fabricated from aluminum and shall be installed such that it does not interfere with
access to any terminal block. The shelf shall contain a rollout flip -top drawer for
storage of wiring diagrams and manuals.
A disposable paper filter element of at least 180 square inches shall be provided in lieu of a
metal filter.
All traffic data and ramp meter cabinets shall include the following accessories:
1. Each cabinet shall be equipped with a fully operable controller equipped as
specified in the Contract Provisions.
2. Two input files, except on Type 303 and 336 cabinet shall be supplied, each using
133 millimeters of rack height.
3. Power Distribution Assembly shall be PDA #3 as detailed in the January 1989
Caltrans 170 specification, with all current amendments.
The PDA #3 shall contain three Model 200 Load Switches.
82
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
A transient voltage protection device .shall be provided, which plugs into the
controller unit receptacle and in turn accepts the controller plug and meets the
electrical requirements of Section 9-29.13(7)6(3) item e.
A second transfer relay, Model 430, shall be mounted on the rear of the PDA #3
and wired as shown in the Plans.
4. Police Panel shall contain only one DPDT toggle switch. The switch shall be
labeled POLICE CONTROL, ON-OFF.
5. Display Panel
A. General
Each cabinet shall be furnished with a display panel. The panel shall be
mounted, showing and providing detection for inputs and specified controller
outputs, at the top of the front rack above the controller unit. The display
panel shall be fabricated from brushed aluminum and constructed according
to the detail in the Plans.
B. Text
All text on the display panel shall be black in color and silk screened directly
to the panel except the Phenolic detector and cabinet nameplates. A
nameplate for each loop shall be engraved with a 1/4 inch nominal text
according to the ITS Field Wiring Charts. The nameplates shall be
permanently affixed to the display panel.
C. LEDs
The LEDs for the display panel shall meet the following specifications:
Case size T 1-3/4
Viewing angle 50° minimum
Brightness 8 Milli candelas
LEDs with RED, YELLOW or GREEN as part of their labels shall be red,
yellow or green in color. All other LEDs shall be red. All LEDs shall have
tinted diffused lenses.
D. Detector Display Control Switch
Each display panel shall be equipped with one detector display control switch
on the panel with labels and functions as follows:
ON
Detector display LEDs shall operate consistent with their separate
switches.
OFF
All detector indicator LEDs shall be de -energized. Detector calls shall
continue to reach the controller.
TEST
All detector indicator LEDs shall illuminate and no calls shall be placed
to the controller.
E. Advance Warning Sign Control Switch
Each display panel shall be equipped with one advance warning sign control
switch on the panel with labels and functions as follows:
AUTOMATIC
83
Sign Relay shall energize upon ground true call from controller.
SIGN OFF
Sign Relay shall de -energize.
SIGN ON
Sign Relay shall energize.
F. Sign Relay
The sign relay shall be plugged into a socket installed on the rear of the
display panel. The relay shall be wired as shown in the Plans. The relay coil
shall draw (or sink) 50 milliamperes ± 10% from the 170E controller and have
a DPDT contact rating not less than 10 amperes. A 1N4004 diode shall be
placed across the relay coil to suppress voltage spikes. The anode terminal
shall be connected to terminal #7 of the relay as labeled in the Plans. The
relay shall energize when the METERING indicator LED is lit.
G. Detector Input Indicators
One display LED and one spring-loaded two -position SPST toggle switch
shall be provided for each of the 40 detection inputs. These LEDs and
switches shall function as follows:
TEST
When the switch is in the test position, a call shall be placed to the
controller and energize the associated LED. The switch shall
automatically return to the run position when it is released.
RUN
In the run position the LEDs shall illuminate for the duration of each call
to the controller.
H. Controller Output Indicators
The display panel shall contain a series of output indicator LEDs mounted
below the detection indicators. The layout shall be according to the detail in
the Plans. These LEDs shall illuminate upon a ground true output from the
controller via the C5 connector.
The output indicator LEDs shall have resistors in series to drop the voltage
from 24 volts DC to their rated voltage and limit current below their rated
current. The anode connection of each LED to +24 VDC shall be wired
through the resistor.
I. Connectors
Connection to the display panel shall be made by three connectors, one pin
(labeled P2) and one socket (labeled P1) and one labeled C5. The P1 and
P2 connectors shall be 50 -pin cannon D series, or equivalent 50 pin
connectors and shall be compatible such that the two connectors can be
connected directly to one another to bypass the input detection. Wiring for
the P1, P2 and C5 connectors shall be as shown in the Plans.
The Contractor shall install wire connectors P1, P2, C1 P, C2, C4, C5 and C6
according to the pin assignments shown in the Plans.
6. Model 204 Flasher Unit
Each Model 334 ramp meter cabinet shall be supplied with one Model 204 sign
flasher unit mounted on the right rear side panel. The flasher shall be powered
from T1-2. The outputs from the flasher shall be wired to T1-5 and T1-6.
84
7. Fiber Optic Patch Panel
The Contractor shall provide and install a rack -mounted fiber optic patch panel as
identified in the Plans.
Cabinet Wiring
1. Terminal blocks TB1 through TB9 shall be installed on the Input Panel.
Layout and position assignment of the terminal blocks shall be as noted in
the Plans.
Terminals for field wiring in traffic data and/or ramp metering controller
cabinet shall be labeled, numbered and connected in accordance with the
following:
Terminal Terminal and Connection
Block Pos. Wire Numbers Identification
TBS 501-502 AC Power, Neutral
T1-2 641 Sign on
T1-4 643 Sign off
T1-5 644 Flasher Output NC
T1-6 645 Flasher Output NO
T4-1 631 Lane 3 - Red
T4-2 632 Lane 3 - Yellow
T4-3 633 Lane 3 - Green
T4-4 621 Lane 2 - Red
T4-5 622 Lane 2 - Yellow
T4-6 623 Lane 2 - Green
T4-7 611 Lane 1 - Red
T4-8 612 Lane 1 - Yellow
T4-9 613 Lane 1 - Green
Loop lead-in cables shall be labeled and connected to cabinet terminals
according to the ITS Field Wiring Chart. This chart will be provided by the
Engineer within 20 days of the Contractor's request.
9-29.16(2)A Optical Units
Under the first paragraph, number 4 (warranty) is deleted.
9-29.19 Pedestrian Push Buttons
The third paragraph is deleted
9-29.21 Flashing Beacon
This section is revised to read:
Flashing beacons shall be installed as detailed in the Plans, as specified in the Special
Provisions, and as described below:
Controllers for flashing beacons shall be as specified in Section 9-29.15.
Beacons shall consist of single section, 8 -inch or 12 -inch traffic signal heads, three or
four-way adjustable, meeting all of the applicable requirements of Section 9-29.16.
Displays (red or yellow) may be either LED type or incandescent. 12 inch yellow
displays shall be dimmed 50% after dark.
Mounting brackets, mountings, and installation shall meet all applicable requirements of
Section 9-29.17.
Lenses shall be either red or amber, glass or polycarbonate as noted in the Plans or as
determined by the Engineer.
85
9-29.24 Service Cabinets
Under the first paragraph, item F is revised to read:
F. The minimum size of control circuit conductors used in service cabinets shall be No. 14
AWG stranded copper.
All electrical contactors shall have the loadside terminals toward the front (door side) of
the service cabinet.
Under the first paragraph, the fourth sentence of item I is revised to read:
No electrical devices shall be connected to the dead front panel.
9-29.25 Amplifier, Transformer, and Terminal Cabinets
Under the first paragraph, the fourth sentence of item 3 is revised to read:
The Contractor shall supply construction cores with two master keys. The keys shall be
delivered to the Engineer.
SECTION 9-32, MAILBOX SUPPORT
August 2, 2004
9-32.2 Bracket, Platform and Anti -Twist Plate
This section is revised to read:
The bracket, platform, and anti -twist plate shall be 16 gage sheet steel, conforming to ASTM
A 36.
9-32.4 Wood Posts'
This section is revised to read:
Wood posts shall meet the requirements of Section 9-28.14(1) or western red cedar.
Section 9-32 is supplemented with the following:
9-32.8 Concrete Base
The concrete in the concrete base shall meet or exceed the requirements of Section 6-
02.3(2)B.
9-32.9 Steel pipe
The requirements for commercially available, Schedule 40, galvanized steel pipe, elbows,
and couplings shall be met for all parts not intended to be bent or welded. Welded and bent
parts shall be galvanized after fabrication in accordance with AASHTO M 111.
9-32.10 U -Channel Post
U -channel posts shall meet the requirements of ASTM A 29, weigh a minimum of 3 pounds per
linear foot; and shall be galvanized according to AASHTO M 111.
86
SECTION 9-33, CONSTRUCTION GEOTEXTILE
August 1, 2005
This section including title is revised to read:
SECTION 9-33, CONSTRUCTION GEOSYNTHETIC
April 5, 2004
9-33.1 Geosynthetic Material Requirements
The term geosynthetic shall be considered to be inclusive of geotextiles, geogrids, and
prefabricated drainage mats.
Geotextiles, including geotextiles attached to prefabricated drainage core to form a
prefabricated drainage mat, shall consist only of long chain polymeric fibers or yarns formed
into a stable network such that the fibers or yarns retain their position relative to each other
during handling, placement, and design service life. At least 95 percent by weight of the
material shall be polyolefins or polyesters. The material shall be free from defects or tears.
The geotextile shall also be free of any treatment or coating which might adversely alter its
hydraulic or physical properties after installation.
Geogrids shall consist of a regular network of integrally connected polymer tensile elements
with an aperture geometry sufficient to permit mechanical interlock with the surrounding
backfill. The long chain polymers in the geogrid tensile elements, not including coatings,
shall consist of at least 95 percent by mass of the material of polyolefins or polyesters. The
material shall be free of defects, cuts, and tears.
Prefabricated drainage core shall consist of a three dimensional polymeric material with a
structure that permits flow along the core laterally, and which ' provides support to the
geotextiles attached to it.
The geosynthetic shall conform to the properties as indicated in Tables 1 through 8 in
Section 9-33.2, and •additional tables as required in the Standard Plans and Special
Provisions for each use specified in the Plans. Specifically, the geosynthetic uses included
in this section and their associated tables of properties are as follows:
Geotextile Application
Underground Drainage, Low Survivability,
Classes A, B, and C
Applicable
Property Tables
Tables 1 and 2
Underground Drainage, Moderate Survivability,
Classes A, B, and C Tables 1 and 2
Separation Table 3
Soil Stabilization Table 3
Permanent Erosion Control, Moderate Survivability,
Classes A, B, and C Tables 4 and 5
Permanent Erosion Control, High Survivability
Classes A, B, and C Tables 4 and 5
Ditch Lining Table 4
Temporary Silt Fence Table 6
Permanent Geosynthetic Retaining Wall Table 7 and Std. Plans
87
Temporary Geosynthetic Retaining Wall
Prefabricated Drainage Mat
Table 10 will be included in the Special Provisions.
Tables 7 and 10
Table 8
Geogrid and geotextile reinforcement in geosynthetic retaining walls shall conform to the
properties specified in the Standard Plans for permanent walls, and Table 10 for temporary
walls.
For geosynthetic retaining walls that use geogrid reinforcement, the geotextile material
placed at the wall face to retain the backfill material as shown in the Plans shall conform to
the properties for Construction Geotextile for Underground Drainage, Moderate Survivability,
Class A.
Thread used for sewing geotextiles shall consist of high strength polypropylene, polyester, or
polyamide. Nylon threads will not be allowed. The thread used to sew permanent erosion
control geotextiles, and to sew geotextile seams in exposed faces of temporary or
permanent geosynthetic retaining walls, shall also be resistant to ultraviolet radiation. The
thread shall be of contrasting color to that of the geotextile itself.
9-33.2 Geosynthetic Properties
9-33.2(1) Geotextile Properties
Table 1: Geotextile for underground drainage strength properties for survivability.
Geotextile Property
Grab Tensile Strength,
min. in machine and
x -machine direction
Grab Failure Strain, in
machine and x -machine
direction
Seam Breaking Strength
Puncture Resistance
Tear Strength, min. in
machine and x -machine
direction
Ultraviolet (UV)
Rediation stability
Test Method 2
ASTM D4632
ASTM D4632
ASTM D46323
ASTM D4833
ASTM D4533
ASTM D4355
Geotextile Property Requirements'
Low Moderate
Survivability Survivability
Woven/Nonwoven Woven/Nonwovan
180 lbs./115 lbs. min. 250 lbs./160 lbs. min.
<50%/>50% <50%/>50%
160 lbs./100 lbs. min.
67 lbs./40 lbs. min.
67 lbs/40 lbs. min.
88
50% strength
retained min.,
after 500 hrs. in
weatherometer
220 lbs./140 lbs. min.
80 lbs./50 lbs. min.
80 lbs./50 lbs. min.
50% strength
retained min.,
after 500 hrs. in
weatherometer
Table 2: Geotextile for underground drainage filtration properties.
Geotextile Property Requirements'
Geotextile Property Test Method2 Class A Class B Class C
AOS ASTM D4751 .43 mm max. .25 mm max. .18 mm max.
Water Permittivity ASTM D4491
(#40 sieve)
.5 sec' min.
Table 3: Geotextile for separation or soil stabilization.
Geotextile Property
AOS
Water Permittivity
Grab Tensile Strength,
min. in machine and
x -machine direction
Grab Failure Strain, in
machine and x -machine
direction
Seam Breaking Strength
Puncture Resistance
Tear Strength, min. in
machine and x -machine
direction
Test Method 2
ASTM D4751
ASTM D4491
ASTM D4632
ASTM D4632
ASTM D46322
(#60 sieve) (#80 sieve)
.4 sec' min. .3 sec' min.
Geotextile Property Requirements'
Separation Soil Stabilization
Woven/Nonwoven Woven/Nonwovan
.60 mm max. .43 mm max.
(#30 sieve) (#40 sieve)
.02 sec' min. .10 sec"' min.
250 lbs./160 lbs. min. 315 lbs./200 lbs. min.
<50%/>50%
<50%/>50%
220 lbs./140 lbs. min. 270 lbs./180 lbs. min.
ASTM D4833 80 lbs./50 lbs. min. 112 lbs./79 lbs. min.
ASTM D4533 80 lbs/50 lbs. min. 112 lbs./79 lbs. min.
Ultraviolet (UV) ASTM D4355
Rediation stability
50% strength
retained min.,
after 500 hrs. in
weatherometer
Table 4: Geotextile for permanent erosion control and ditch lining.
Geotextile Property Requirements'
Permanent Erosion Control Ditch Lining
Moderate High
Servicability Servicability
Test Method 2 Woven/Nonwoven Woven/Nonwovan Woven/Nonwovan
ASTM D4751 See Table 5 See Table 5 .60 mm max (#30
Geotextile Property
AOS
sieve)
50% strength
retained min.,
after 500 hrs. in
weatherometer
Water Permittivity ASTM D4491 See Table 5 See Table 5 .02 sec"' min.
Grab Tensile Strength,
lbs. min. 250 lbs./160 lbs min.
min. in machine and
x -machine direction
ASTM D4632 250 lbs./160 lbs. min. 315 lbs./200
Grab Failure Strain, inASTM D4632 15%-50%/>50% 15%-50%/>50% <50%/>50%
machine and x -machine
89
direction
Seam Breaking Strength ASTM D46322 220 lbs./140 lbs. min.
lbs. min. 220 lbs./140 lbs. min.
Burst Strength
ASTM D3785400 pse/190 psi min.500 psi/320 psi min.
Puncture Resistance ASTM D4833 80 lbs./50 lbs. min. 112 lbs./79 lbs. min.
min.
Tear Strength, min. in ASTM D4533 80 lbs/50 lbs. min. 112 lbs./79 lbs. min.
min.
machine and x -machine
direction
Ultraviolet (UV)
Rediation stability
Table 5:
ASTM D4355 70% strength
retained min.,
after 500 hrs. in
weatherometer
70% strength
retained min.,
after 500 hrs. in
weatherometer
Filtration properties for geotextile for permanent erosion control.
Geotextile Property
AOS
Water. Permittivity
Test Method2
ASTM D4751
ASTM D4491
Table 6: Geotextile for temporary silt fence.
Geotextile Property
AOS
Water Permittivity
Grab Tensile Strength,
min. in machine and
x -machine direction
Grab Failure Strain, in
machine and x -machine
direction
Ultraviolet (UV)
Rediation stability
Test Method 2
ASTM D4751
ASTM D4491
ASTM D4632
ASTM D4632
ASTM D4355
270 lbs./180
80 lbs./50 lbs.
80 lbs./50 lbs.
70% strength
retained min.,
after 500 hrs. in
weatherometer
Geotextile Property Requirements'
Class A Class B Class C
.43 mm max. .25 mm max. .22 mm max.
(#40 sieve) (#60 sieve) (#70 sieve)
.7 sec -1 min. .4 sec' min. .2 sec -1 min.
Geotextile Property Requirements'
Supported
Between
Unsupported Posts with Wire or
Between Posts Polymeric Mesh
.60 mm max. for slit .60 mm max. for slit
film wovens film wovens
(#30 sieve) (#30 sieve)
.30 mm max. for all .30 mm max. for all
other geotextile other geotextile
types (#50 sieve) types (#50 sieve)
.15 mm min. .15 mm min.
(#100 sieve) (#100 sieve)
.02 sec' min. .02 sec' min.
180,Ibs. min. in
machine direction,
100 lbs. min. in
x -machine direction
30% max. at 180 lbs.
or more
90
70% strength
retained min.,
100 lbs. min.
70% strength
retained min.,
after 500 hrs. in after 500 hrs. in
weatherometer weatherometer
'All geotextile properties in Tables 1 through 6 are minimum average roll values (i.e., the test
result for any sampled roll in a lot shall meet or exceed the values shown in the table).
2The test procedures used are essentially in conformance with the most recently approved
ASTM geotextile test procedures, except for geotextile sampling and specimen conditioning,
which are in accordance with WSDOT Test Methods 914 and 915, respectively. Copies of
these test methods are available at the State Materials Laboratory in Tumwater.
3With seam located in the center of 8 -inch long specimen oriented parallel to grip faces.
9-33.2(2) Geosynthetic Properties For Retaining Walls and Reinforced Slopes
All geotextile properties provided in Table 7 are minimum average roll values. The average
test results for any sampled roll in a lot shall meet or exceed the values shown in the table.
The test procedures specified in the Table are in conformance with the most recently
approved ASTM geotextile test procedures, except for geotextile sampling and specimen
conditioning, which are in accordance with WSDOT Test Methods 914 and 915,
respectively.
Table 7: Minimum properties required for geotextile reinforcement used in geosynthetic
reinforced slopes and retaining walls.
Geotextile Property
Water Permittivity
AOS
Grab Tensile Strength, min. in
machine and x -machine
direction
Grab Failure Strain,
in machine and x -machine
direction
Seam Breaking Strengthl
Puncture Resistance
Tear Strength, min.
in machine and x -machine
direction
Ultraviolet (UV) Radiation
Stability
Test Method
ASTM D4491
ASTM D4751
ASTM D4632
ASTM D4632
ASTM D4632
ASTM D4833
ASTM D4533
ASTM D4355
1Applies only to seams perpendicular to the wall face.
91
Geotextile Property
Requirements
Woven/Nonwoven
.02 sec. -1 min.
.84 mm max.
(No. 20 Sieve)
200 lbs/120 lbs min.
<50%/>50%
160 lbs/100 lbs min.
63 lbs/50 lbs min.
63 lbs/50 lbs min.
70% (for polypropylene
and polyethyelene) and
50% (for polyester)
Strength Retained min.,
after 500 Hr. in
weatherometer
The ultraviolet (UV) radiation stability, ASTM D4355, shall be a minimum of 70% strength
retained after 500 hours in the weatherometer for polypropylene and polyethylene geogrids
and geotextiles, and 50% strength retained after 500 hours in the weatherometer for
polyester geogrids and geotextiles.
9-33.2(3) Prefabricated Drainage Mat
Prefabricated drainage mat shall have a single or double dimpled polymeric core with a
geotextile attached and shall meet the following requirements:
Table 8: Minimum properties required for prefabricated drainage mats.
Property Test Method Prefabricated Drainage
Material/Geotextile
Property Requirements
Width
Thickness
Compressive Strength at
Yield
In Plan Flow Rate
Gradient = 0.1,
Pressure = 5.5 psi
ASTM D 5199
12 inches min.
0.4 inches min.
ASTM D 1621 100 psi min.
ASTM D 4716
5.0 gal. /min./ft.
Gradient = 1.0,
Pressure = 14.5 psi 15.0 gal. /min./ft.
Geotextile - AOS ASTM D 4751 #60 US Sieve max.
Geotextile - Permittivity ASTM D 4491 > 0.4 SEC -1
Geotextile - Grab Strength ASTM D 4632 Nonwoven - 110 Ib. min.
Prefabricated drainage mats will be accepted based on the manufacturer's certificate of
compliance that the material furnished conforms to these specifications. The Contractor
shall submit the manufacturer's certificate of compliance to the Engineer in accordance with
Section 1-06.3.
9-33.3 Aggregate Cushion of Permanent Erosion Control Geotextile
Aggregate cushion for permanent erosion control geotextile, Class A shall meet the
requirements of Section 9-03.9(2). Aggregate cushion for permanent erosion control
geotextile, Class B or C shall meet the requirements of Section 9-03.9(3) and 9-03.9(2).
9-33.4 Geosynthetic Approval and Acceptance
9-33.4(1) Source Approval
The Contractor shall submit to the Engineer the following information regarding each
geosynthetic proposed for use:
Manufacturer's name and current address,
Full product name,
Geotextile structure, including fiber/yarn type,
Geosynthetic polymer type(s) (for temporary and permanent geosynthetic retaining
walls), and
Proposed geotextile use(s).
92
If the geosynthetic source has not been previously evaluated, or is not listed in the current
WSDOT Qualified Products List (QPL), a sample of each proposed geosynthetic shall be
submitted to the State Materials Laboratory in Tumwater for evaluation. After the sample
and required information for each geosynthetic type have arrived at the State Materials
Laboratory in Tumwater, a maximum of 14 calendar days will be required for this testing.
Source approval will be based on conformance to the applicable values from Tables 1
through 8 in Section 9-33.2 and additional tables as specified in the Special Provisions.
Source approval shall not be the basis of acceptance of specific lots of material unless the
lot sampled can be dearly identified and the number of samples tested and approved meet
the requirements of WSDOT Test Method 914.
Geogrid and geotextile products that are qualified for use in permanent geosynthetic
retaining walls and reinforced slopes (Classes 1, 2, or both) are listed in the current WSDOT
QPL.
For geogrid and geotextile products proposed for use in permanent geosynthetic retaining
walls or reinforced slopes that are not listed in the current QPL, the Contractor shall submit
test information and the calculations used in the determination of Tai performed in
accordance with WSDOT Standard Practice T925 to the State Materials Laboratory in
Tumwater for evaluation. The Contracting Agency will require up to 30 calendar days after
receipt of the information to complete the evaluation.
9-33.4(3) Acceptance Samples
Samples will be randomly taken by the Engineer at the job site to confirm that the
geosynthetic meets the property values specified.
Approval will be based on testing of samples from each lot. A "lot" shall be defined for the
purposes of this specification as all geosynthetic rolls within the consignment (i.e., all rolls
sent the project site) that were produced by the same manufacturer during a continuous
period of production at the same manufacturing plant and have the same product name.
After the samples have arrived at the State Materials Laboratory in Tumwater, a maximum of
14 calendar days will be required for this testing.
If the results of the testing show that a geosynthetic lot, as defined, does not meet the
properties required for the specified use as indicated in Tables 1 through 8 in Section 9-33.2,
and additional tables as specified in the Special Provisions, the roll or rolls which were
sampled will be rejected. Geogrids and geotextiles for temporary geosynthetic retaining
walls shall meet the requirements of Table 7, and Table 10 in the Special Provisions.
Geogrids and geotextiles for permanent geosynthetic retaining wall shall meet the
requirements of Table 7, and Table 9 in the Special Provisions, and both geotextile and
geogrid acceptance testing shall meet the required ultimate tensile strength To as provided
in the current QPL for the selected product(s). If the selected product(s) are not listed in the
current QPL, the result of the testing for To shall be greater than or equal to Tuft as
determined from the product data submitted and approved by the State Materials Laboratory
during source approval.
Two additional rolls for each roll tested which failed from the lot previously tested will then be
selected at random by the Engineer for sampling and retesting. If the retesting shows that
any of the additional rolls tested do not meet the required properties, the entire lot will be
rejected. If the test results from all the rolls retested meet the required properties, the entire
lot minus the roll(s) that failed will be accepted. All geosynthetic that has defects,
deterioration, or damage, as determined by the Engineer, will also be rejected. All rejected
geosynthetic shall be replaced at no additional expense to the Contracting Agency
9-33.4(4) Acceptance by Certificate of Compliance
When the quantities of geosynthetic proposed for use in each geosynthetic application are
less than or equal to the following amounts, acceptance shall be by Manufacturer's
Certificate of Compliance:
93
Application Geotextile Quantity
Underground Drainage 600 sq. yards
Soil Stabilization and Separation 1,800 sq. yards
Permanent Erosion Control 1,200 sq. yards
Temporary Silt Fence All quantities
Temp. or Perm. Geosynthetic Retaining Wall Not required
Prefabricated Drainage Mat All quantities
The Manufacturer's Certificate of Compliance shall include the following information about
each geosynthetic roll to be used:
Manufacturer's name and current address,
Full product name,
Geosynthetic structure, including fiber/yarn type,
Polymer type (for all temporary and permanent geosynthetic retaining walls only), -
Geosynthetic roll number,
Proposed geosynthetic use(s), and
Certified test results.
9-33.4(5) Approval of Seams
If the geotextile seams are to be sewn in the field, the Contractor shall provide a section of sewn
seam which can be sampled by the Engineer before the geotextile is installed.
The seam sewn for sampling shall be sewn using the same equipment and procedures as will be
used to sew the production seams. If production seams will be sewn in both the machine and
cross -machine directions, the Contractor must provide sewn seams for sampling which are
oriented in both the machine and cross -machine directions. The seams sewn for sampling must
be at least 2 yards in length in each geotextile direction. If the seams are sewn in the factory, the
Engineer will obtain samples of the factory seam at random from any of the rolls to be used. The
seam assembly description shall be submitted by the Contractor to the Engineer and will be
included with the seam sample obtained for testing. This description shall include the seam type,
stitch type, sewing thread type(s), and stitch density.
SECTION 9-34, PAVEMENT MARKING MATERIAL
August 2, 2004
9-34.5 Temporary Pavement Marking Tape
This section is supplemented with the following:
Pavement marking masking tape shall conform to ASTM D 4592 Type 1 (removable), except
that material shall be black, non-retroreflective and non -glaring.
94
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
SECTION 9-35, TEMPORARY TRAFFIC CONTROL MATERIALS
August 1, 2005
Temporary traffic control materials in this section consist of various traffic communication,
channelization and protection items described in Section 1-10 and listed below:
Stop/Slow Paddles
Construction Signs
Wood Sign Posts
Sequential Arrow Signs
Portable Changeable Message Signs
Barricades
Traffic Safety Drums
Barrier Drums
Traffic Cones
Tubular Markers
Warning Lights and Flashers
Truck -Mounted Attenuator
The basis for acceptance of temporary traffic control devices and materials shall be visual
inspection by the Engineer's representative. No sampling or testing will be done except that
deemed necessary to support the visual inspection. Requests for Approval of Material and
Qualified Products List submittals are not required. Certification for crashworthiness according to
NCHRP 350 will be required as described in Section 1-10.2(3).
"MUTCD," as used in this section, shall refer to the latest WSDOT adopted edition of the Manual
on Uniform Traffic Control Devices for Streets and Highways. In the event of conflicts between
the MUTCD and the contract provisions, then the provisions shall govern.
9-35.1 Stop/Slow Paddles
Paddles shall conform to the requirements of the MUTCD, except that the minimum width shall be
24 inches.
9-35.2 Construction Signs
Construction signs shall conform to the requirements of the MUTCD and shall meet the
requirements of NCHRP Report 350 for Category 2 devices. Except as noted below, any
sign/sign stand combination that satisfies these requirements will be acceptable.
Where aluminum sheeting is used to fabricate signs, it shall have a minimum thickness of 0.080
inches and a maximum thickness of 0.125 inches.
All orange background signs shall be fabricated with Type X reflective sheeting. All post -mounted
signs with Type X sheeting shall use a nylon washer between the twist fasteners (screw heads,
bolts or nuts) and thereflective sheeting.
Any fabric sign which otherwise meets the requirements of this sectionand was purchased prior
to July 1, 2004, may be utilized until December 31, 2007. If a fabric sign is used, it shall have
been fabricated with Type VI reflective sheeting.
9-35.3 Wood Sign Posts
Use the charts below to determine post size for construction signs.
One Post Installation
Post Size
4x4
4x6
6x6
Min. Sign Sq. Ft.
17.0
21.0
Max. Sign Sq. Ft.
16.0
20.0
25.0
95
6x8 26.0
Two Post Installation
(For signs 5 feet or greater in width)
Post Size
4x4
4x6
6x6
6x8
Min. Sign Sq. Ft.
17.0
37.0
47.0
31.0
Max. Sign Sq. Ft.
16.0
36.0
46.0
75.0 *
* The Engineer shall determine post size for signs greater than 75 square feet.
Sign posts shall conform to the grades and usage listed below. Grades shall be determined
by the current standards of the West Coast Lumber Inspection Bureau (WCLIB) or the
Western Wood Products Association (WWPA).
4x4
4x6
6 x 6, 6 x 8, 8 x 10
6 x 10, 6 x 12
Construction grade (Light Framing,
Section 122-b WCLIB) or (Section
40.11 WWPA)
No. 1 and better, grade (Structural
Joists and Planks, Section 123-b
WCLIB) or (Section 62.11 WWPA)
No. 1 and better, grade (Posts and
Timbers, Section 131-b WCLIB) or
(Section 80.11 WWPA)
No. 1 and better, grade (Beams and
Stringers, Section 130-b WCLIB) or
(Section 70.11 WWPA)
9-35.4 Sequential Arrow Signs
Sequential Arrow Signs shall meet the requirements of the MUTCD supplemented with the
following:
Sequential arrow signs furnished for stationary lane closures on this project shall be Type C.
The color of the light emitted shall be yellow. ,
The dimming feature shall be automatic, reacting to changes in light without a requirement
for manual adjustment.
9-35.5 Portable Changeable Message Signs
Portable Changeable Message Signs (PCMS) shall meet the requirements of the MUTCD and
the following:
The PCMS shall employ one of the following technologies:
1. Fiber optic/shutter
2. Light emitting diode
3. Light emitting diode/shutter
4. Flip disk
Regardless of the technology, the PCMS shall meet the following general requirements:
• Be light emitting and must not rely solely on reflected light. The emitted light shall be
generated using fiber optic or LED technology.
• Have a display consisting of individually controlled pixels no larger than 2 1/2 inch by 2
1/2 inch. If the display is composed of individual character modules, the space
96
between modules must be minimized so alphanumeric characters of any size specified
below can be displayed at any location within the matrix.
• When activated, the pixels shall display a yellow or orange image. When not activated,
the pixels shall display a flat black image that matches the background of the sign face.
• Be capable of displaying alphanumeric characters that are a minimum of 18 inches in
height. The width of alphanumeric characters shall be appropriate for the font. The
PCMS shall be capable of displaying three lines of eight characters per line with a
minimum of one pixel separation between each line.
• The PCMS message, using 18 -inch characters, shall be legible by a person with 20/20
corrected vision from a distance of not less than 800 feet centered on an axis
perpendicular to the sign face.
• The sign display shall be covered by a stable, impact resistant polycarbonate face. The
sign face shall be non -glare from all angles and shall not degrade due to exposure to
ultraviolet light.
• Be capable of simultaneously activating all pixels for the purpose of pixel diagnostics.
Any sign that employs flip disk or shutter technology shall be programmable to activate
the disks/shutters once a day to clean the electrical components. This feature shall not
occur when the sign is displaying an active message.
• The light source shall be energized only when the sign is displaying an active message.
The PCMS panels and related equipment shall be permanently mounted on a trailer with all
controls and power generating equipment.
The PCMS shall be operated by a controller that provides the following functions:
1. Select any preprogrammed message by entering a code.
2. Sequence the display of at least five messages.
3. Blank the sign.
4. Program a new message, which may include animated arrows and chevrons.
5. Mirror the message currently being displayed or programmed.
9-35.6 Barricades
Barricades shall conform to the requirements of the MUTCD supplemented by the further
requirements of Standard Plan H-2.
9-35.7 Traffic Safety Drums
Traffic safety drums shall conform to the requirements of the MUTCD and the following:
The drums shall have the following additional physical characteristics:
Material Fabricated from low-density polyethylene that meets the
requirements of ASTM D 4976 and is UV stabilized.
Overall Width 18 -inch minimum in the direction(s)of traffic flow.
Shape Rectangular, hexagonal, circular, or flat -sided semi -circular.
Color The base color of the drum shall be fade resistant safety
orange.
The traffic safety drums shall be designed to accommodate at least one portable light unit. The
method of attachment shall ensure that the light does not separate from the drum upon impact.
97
Drums and light units shall meet the crashworthiness requirements of NCHRP 350 as described
in Section 1-10.2(3).
When recommended by the manufacturer, drums shall be treated to ensure proper adhesion of
the reflective sheeting.
9-35.8 Barrier Drums
Barrier drums shall be small traffic safety drums, manufactured specifically for traffic control
purposes to straddle a concrete barrier and shall be fabricated from low-density polyethylene that
meets the requirements of ASTM D 4976 and is UV stabilized.
The barrier drums shall meet the following general specifications:
Total height 22 in., ± 1 in.
Cross-section hollow oval
10 in. X 14 in., ± 1 in.
Formed support legs length 13 in., ± 1 in.
Space between legs 6 1/4 in. min.
(taper to fit conc. barrier)
Weight 33 Ib. ± 4 Ib.
with legs filled with sand.
Color Fade resistant safety orange.
Barrier drums shall have three 4 -inch reflective white stripes, (one complete and two partial).
Stripes shall be fabricated from Type III or Type IV reflective sheeting.
When recommended by the manufacturer, barrier drums shall be treated to ensure proper
adhesion of the reflective sheeting.
9-35.9 Traffic Cones
Cones shall conform to the requirements of the MUTCD, except that the minimum height shall be
28 inches.
9-35.10 Tubular Markers
Tubular markers shall conform to the requirements of the MUTCD, except that the minimum
height shall be 28 inches.
Pavement -mounted tubular markers shall consist of a surface -mounted assembly which uses a
separate base with a detachable tubular marker held in place by means of a locking device.
9-35.11 Warning Lights and Flashers
Warning lights and flashers shall conform to the requirements of the MUTCD.
9-35.12 Truck -Mounted Attenuator
The Truck -Mounted Attenuator (TMA) shall be selected from the approved units listed on the
Qualified Products List. The TMA shall be mounted on a vehicle with a minimum weight of
15,000 pounds and a maximum weight in accordance with the manufacturer's recommendations.
Ballast used to obtain the minimum weight requirement, or any other object that is placed on the
vehicle shall be securely anchored such that it will be retained on the vehicle during an impact.
The Contractor shall provide certification that the unit complies with NCHRP 230 or 350
requirements. Units fabricated after 1998 must comply with NCHRP 350 requirements.
The TMA shall have an adjustable height so that it can be placed at the correct elevation during
usage and to a safe height for transporting. If needed, the Contractor shall install additional lights
to provide fully visible brake lights at all times.
98
The TMA unit shall have a chevron pattern on the rear of the unit. The standard chevron pattern
shall consist of 4 -inch yellow stripes, alternating non -reflective black and reflective yellow
sheeting, slanted at 45 degrees in an inverted "V" with the "V" at the center of the unit.
99
SPECIAL PROVISIONS
The following Special Provisions are made a part of this contract and supersede any conflicting
provisions of the 2004 Standard Specifications for Road, Bridge and Municipal Construction, and
the foregoing Amendments to the Standard Specifications.
Several types of Special Provisions are included in this contract; General, Region, Bridges and
Structures, and Project Specific. Special Provisions types are differentiated as follows:
(date) General Special Provision
( ) Notes a revision to a General Special Provision
and also notes a Project Specific Special
Provision.
(Regions' date) Region Special Provision
(BSP date) Bridges and Structures Special Provision
General Special Provisions are commonly applicable statewide.
Region Special Provisions are commonly applicable within the designated Region. Region
designations are as follows:
Regions'
ER Eastern Region
NCR North Central Region
NW R Northwest Region
OR Olympic Region
SCR South Central Region
SWR Southwest Region
WSF Washington State Ferries Division
Bridges and Structures Special Provisions are commonly applicable statewide.
Project Specific Special Provisions normally appear only in the contract for which they were
developed.
The APWA Supplement to Division 1 (Division 1-99) of the 2004 Standard Specifications for
Road, Bridge, and Municipal Construction will apply to this Contract.
DIVISION 1
GENERAL REQUIREMENTS
DESCRIPTION OF WORK
This contract provides for the reconstruction, widening and realignment of 1.25 miles of a 2 -lane
roadway into a 5 -lane wide arterial street. The work on Washington Avenue, from 72nd Avenue to
52nd Avenue includes the approximate quantities of: clearing and grubbing; 17,000 cubic yards of
roadway excavation; 30,400 tons of CSBC; 1,700 tons of CSTC; 11,100 tons of ATB; 6,100 tons
of Hot Mix Asphalt; 4,100 linear feet of 12" storm sewer pipe; 2,000 linear feet of 36" drainage
retention perf. pipe; 7,200 linear feet of PVC sanitary sewer pipe; 800 square yards of planter
block — in place; 13,200 linear feet of concrete traffic curb & gutter; 9,300 square yards of
concrete sidewalk; illumination systems; and other miscellaneous items, all in accordance with
the Contract Plans, Contract Provisions, and the Standard Specifications as prepared by the City
Engineer of the City of Yakima.
101
1-02 BID PROCEDURES AND CONDITIONS
1-02.4 Examination Of Plans, Specifications And Site Of Work
1-02.4(1) General
Section 1-02.4 is supplemented with the following:
A pre-bid conference will be held in the Yakima City Hall CED Conference room, second
floor, 129 N. 2nd Street, Yakima, WA at the time and date stated in the "Invitation to Bid."
The conference will include project discussion, DBE Contractor participation, and the
Affirmative Action Plan.
1-02.12 Public Opening Of Proposal
Section 1-02.12 is supplemented with the following:
Date Of Opening Bids
Sealed bids are to be received at the following location prior to the time Specified:
At the City Clerk's Office, City of Yakima, 129 N. 2nd Street, Yakima, WA 98903.
The bid opening date for this project is listed in the "Invitation to Bid." Bids received will be
publicly opened and read after 2:00 p.m. on this date.
1-03 AWARD AND EXECUTION OF CONTRACT
1-03.2 Award of Contract
This section is supplemented with the following:
Award of the contract will be to the lowest bidder of all three schedules combined.
The City reserves the right to award any or all bid schedules to a single bidder. Some
schedules may not be awarded due to budgetary constraints.
1-04 SCOPE OF WORK
1-04.11 Final Cleanup
This section is supplemented with the following:
The Contractor shall do partial cleanup when he determines it is necessary or when, in the
opinion of the Engineer, partial cleanup shall be done for public safety. The cleanup work
shall be done immediately upon notification from the Engineer and other work shall not
proceed until the partial cleanup is completed.
102
1-05 CONTROL OF WORK
1-05.4 Conformity With And Deviations From Plans And Stakes
Section 1-05.4 is supplemented with the following:
(*****)
Contractor Surveying - Roadway
Copies of the Contracting Agency provided primary survey control data are available for the
bidder's inspection at the office of the Project Engineer.
The Contractor shall be responsible for setting, maintaining, and resetting all alignment
stakes, slope stakes, and grades necessary for the construction of the roadbed, drainage,
surfacing, paving, channelization and pavement marking, illumination and signals, guardrails
and barriers, and signing. Except for the survey control data to be furnished by the
Contracting Agency, calculations, surveying, and measuring required for setting and
maintaining the necessary lines and grades shall be the Contractor's responsibility.
Detailed survey records shall be maintained, including a description of the work performed
on each shift, the methods utilized, and the control points used. The record shall be
adequate to allow the survey to be reproduced. A copy of each day's record shall be
provided to the Engineer within three working days after the end of the shift.
The meaning of words and terms used in this provision shall be as listed in "Definitions of
Surveying and Associated Terms" current edition, published by the American Congress on
Surveying and Mapping and the American Society of Civil Engineers.
The survey work shall include but not be limited to the following:
1. Verify the primary horizontal and vertical control furnished by the Contracting
Agency, and expand into secondary control by adding stakes and hubs as well as
additional survey control needed for the project. Provide descriptions of
secondary control to the Contracting Agency.
2. Establish, the centerlines of all alignments, by placing hubs, stakes, or marks on
centerline or on offsets to centerline at all curve points (PCs, PTs, and PIs) and at
points on the alignments spaced no further than 50 feet.
3. Establish clearing limits, placing stakes at all angle points and at intermediate
points not more than 50 feet apart.
4. Establish grading limits, placing slope stakes at centerline increments not more
than 50 feet apart. Establish offset reference to all slope stakes.
5. Establish the horizontal and vertical location of all drainage features, placing offset
stakes to all drainage structures and to pipes at a horizontal interval not greater
than 25 feet.
6. Establish roadbed and surfacing elevations by placing stakes at the top of
subgrade and at the top of each course of surfacing. Subgrade and surfacing
stakes shall be set at horizontal intervals not greater than 50 feet in tangent
sections, 25 feet in curve sections with a radius less than 300 feet, and at 10 -foot
intervals in intersection radii with a radius less than 10 feet. Transversely, stakes
shall be placed at all locations where the roadway slope changes and at additional
points such that the transverse spacing of stakes is not more than 12 feet.
7. Establish intermediate elevation benchmarks as needed to check work throughout
the project.
103
8. Provide references for paving pins at 25 -foot intervals or provide simultaneous
surveying to establish location and elevation of paving pins as they are being
placed.
9. For all other types of construction included in this provision, (including but not
limited to channelization and pavement marking, illumination and signals,
guardrails and barriers, and signing) provide staking and layout as necessary to
adequately locate, construct, and check the specific construction activity.
The Contractor shall provide the Contracting Agency copies of any calculations and staking
data when requested by the Engineer.
To facilitate the establishment of these lines and elevations, the Contracting Agency will
provide the Contractor with primary survey control information consisting of descriptions of
two primary control points used for the horizontal and vertical control, and descriptions of
two additional primary control points for every additional three miles of project length.
Primary control points will be described by reference to the project alignment and the
coordinate system and elevation datum utilized by the project. In addition, the Contracting
Agency will supply horizontal coordinates for the beginning and ending points and for each
Point of Intersection (PI) on each alignment included in the project.
The Contractor shall ensure a surveying accuracy within the following tolerances:
Slope stakes
Subgrade grade stakes set
0.04 feet below grade
Vertical Horizontal
±0.10 feet ±0.10 feet
±0.01 feet ±0.5 feet
(parallel to alignment)
±0.1 feet
(normal to alignment)
Stationing on roadway N/A ±0.1 feet
Alignment on roadway N/A ±0.04 feet
Surfacing grade stakes ±0.01 feet ±0.5 feet
(parallel to alignment)
±0.1 feet
(normal to alignment)
Roadway paving pins for
surfacing or paving ±0.01 feet
±0.2 feet
(parallel to alignment)
±0.1 feet
(normal to alignment)
The Contracting Agency may spot-check the Contractor's surveying. These spot-checks will
not�change the requirements for normal checking by the Contractor.
When staking roadway alignment and stationing, the Contractor shall perform independent
checks from different secondary control to ensure that the points staked are within the
specified survey accuracy tolerances.
The Contractor shall calculate coordinates for the alignment. The Contracting Agency will
verify these coordinates prior to issuing approval to the Contractor for commencing with the
work. The Contracting Agency will require up to seven calendar days from the date the data
is received.
104
Contract work to be performed using contractor -provided stakes shall not begin until the
stakes are approved by the Contracting Agency. Such approval shall not relieve the
Contractor of responsibility for the accuracy of the stakes.
Stakes shall be marked in accordance with Standard Plan H-14. When stakes are needed
that are not described in the Plans, then those stakes shall be marked as directed by the
Engineer.
Payment
No additional payment will be made for Contractor Surveying — Roadway. Payment will be
incidental to other items contained in the contract.
(..*.,.)
Licensed Surveyors
The Contractor shall be responsible for locating legal survey markers such as GLO
monuments or property corner monuments. The Contracting Agency will provide "rights of
entry" as needed by the Contractor to perform the work.
The Contractor shall brush out or clear and stake or mark the right-of-way lines as
designated by the Engineer.
Existing right of way documentation, existing base maps, existing horizontal and vertical
controldescriptions, maps, plan sheets, aerial photographs and all other available material
may be viewed by prospective bidders at the office of the Project Engineer.
The Contractor shall perform all of the necessary calculations for the contracted survey work
and shall provide copies of these calculations to the Contracting Agency. Electronic files of
all survey data shall be provided and in a format acceptable to the Contracting Agency.
All survey work performed by the Contractor shall conform to all applicable sections of the
Revised Code of Washington and the Washington Administrative Code.
The Contractor shall provide all traffic control, signing, and temporary traffic control devices
in order to provide a safe work zone.
Payment
No additional payment will be made for Licensed Surveyors. Payment will be incidental to
other items contained in the contract.
1-06 CONTROL OF MATERIAL
Foreign Made Materials
Section 1-06 is supplemented with the following:
(March 13, 1995)
The major quantities of steel and iron construction material that is permanently incorporated
into the project shall consist of American-made materials only.
The Contractor may utilize minor amounts of foreign steel and iron in this project provided
the cost of the foreign material used does not exceed one-tenth of one percent of the total
contract cost or $2,500.00 , whichever is greater.
American-made material is defined as material having all manufacturing processes occur in
the United States. The action of applying a coating to steel or iron is deemed a
manufacturing process. Coating includes epoxy coating, galvanizing, aluminizing, painting,
and any other coating that protects or enhances the value of steel or iron. Any process from
105
the original reduction from ore to the finished product constitutes a manufacturing process
for iron. The following are considered to be steel manufacturing processes:
1. Production of steel by any of the following processes:
a. Open hearth furnace.
b. Basic oxygen.
c. Electric furnace.
d. Direct reduction.
2. Rolling, heat treating, and any other similar processing.
3. Fabrication of the products.
a. Spinning wire into cable or strand.
b. Corrugating and rolling into culverts.
c. Shop fabrication.
A certification of materials origin will be required for any items comprised of, or containing,
steel or iron construction materials prior to such items being incorporated into the permanent
work. The certification shall be on DOT Form 350-109 provided by the Engineer, or such
other form the Contractor chooses, provided it contains the same information as DOT Form
350-109.
1-06.2(1) Samples and Tests for Acceptance
Section 1-06.2(1) is supplemented with the following:
Trench Backfillinq
Compaction tests shall be taken at a frequency and at depths sufficient to document
that the required density has been achieved. At a minimum, one (1) compaction test
shall be taken for each 100 linear feet of main pipeline trench and one (1) test for each
street crossing. At alternating 100 -foot locations along the main trench line, tests shall
be taken at 1 -foot, 2 -foot and 3 -foot depths below finish grade.
Compaction shall conform to Section 7-08.3(3) or 7-10.3(11) as applicable to the
pipeline being constructed. At a minimum, compaction within the roadway area shall
be to at least 95% of maximum density as determined by ASTM D 1557 (Modified
Proctor).
Embankment Construction
Compaction tests shall be taken at a frequency sufficient to document that the required
density has been achieved. At a minimum, one (1) compaction test shall be taken for
every 5000 square feet of surface area for each lift of roadway embankment.
Roadway embankment compaction shall be as specified in Section 2-03.3(14).
Subgrade Preparation
Compaction tests shall be taken at a frequency sufficient to document that the required
density has been achieved. At a minimum, one (1) compaction test shall be taken for
every 5,000 square feet of surface area for each lift of roadway subgrade.
Subgrade compaction shall be as specified in Section 2-06.3(2).
106
Ballast and Crushed Surfacing
Compaction tests shall be taken at a frequency sufficient to document that the required
density has been achieved. At a minimum, one (1) compaction test shall be taken for
every 5,000 square feet of surface area for each lift of ballast or crushed surfacing.
Compaction of ballast and crushed surfacing shall be as specified in Section 4-04.3(5).
Asphalt Concrete Pavement
Copies of the maximum Rice density test for each class of asphalt concrete pavement
and copies of all test results shall be provided to the Engineer as construction
progresses.
Density tests shall be taken at a frequency sufficient to document that the required
density has been achieved. At a minimum, one (1) compaction test shall be taken for
every 5000 square feet of surface area for each lift of asphalt concrete pavement.
Compaction of asphalt concrete pavement shall be as specified in Section 5-04.3(10) B
of these Special Provisions.
1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC
1-07.2 State Taxes
This section is supplemented with the follwing:
( )
The work on this contract is to be performed upon lands whose ownership obligates the
Contractor to pay State sales tax on portions of the project work and obligates the Contractor to
collect State sales tax from the Contracting Agency on other portions of the project as follows:
1. The provisions of Section 1-07.2(2) apply to the following listed portions of the project:
The sanitary sewer and all work included in Schedule B of the Bid Item Proposals:
Washington Avenue Widening/Reconstruction.
2. The provisions of Section 1-07.2(1) apply to all of the remaining portions of the project.
For bidding purposes the Contracting Agency has segregated the plan quantities which
are affected by Section 1-07.2(1) from those quantities affected by Section 1-07.2(2).
These approximate quantities are shown on the Summary of Quantities sheets;
however, any tax payments shall be based on actual quantities used.
1-07.5 Environmental Regulations
1-07.5(4) Air Quality
This section is supplemented with the following:
The local air pollution authority is the Yakima Regional Clean Air Authority, (509) 574-1410.
1-07.6 Permits and Licenses
This section is supplemented with the following:
(March 13, 1995)
No hydraulic permits are required for this project unless the Contractor's operations use,
divert, obstruct, or change the natural flow or bed of any river or stream, or utilize any of the
waters of the State or materials from gravel or sand bars, or from stream beds
107
The Contractor shall have or obtain a valid City of Yakima Business License for the duration
of this project.
1-07.9 Wages
1-07.9(1) General
Section 1-07.9(1) is supplemented with the following:
(October 6, 2003)
The Federal wage rates incorporated in this contract have been established by the
Secretary of Labor under United States Department of Labor General Decision No.
WA030001.
1-07.11 Requirements For Nondiscrimination
Section 1-07.11 is supplemented with the following:
(March 6, 2000)
Requirement For Affirmative Action to Ensure Equal Employment Opportunity (Executive
Order 11246)
1. The Contractor's attention is called to the Equal Opportunity Clause and the Standard
Federal Equal Employment Opportunity Construction Contract Specifications set forth
herein.
2. The goals and timetables for minority and female participation set by the Office of
Federal Contract Compliance Programs, expressed in percentage terms for the
Contractor's aggregate work force in each construction craft and in each trade on all
construction work in the covered area, are as follows:
Women - Statewide
Timetable
Until further notice
Minorities - by Standard Metropolitan Statistical Area (SMSA)
Goal
6.9%
Spokane, WA:
SMSA Counties:
Spokane, WA 2.8
WA Spokane.
Non -SMSA Counties 3.0
WA Adams; WA Asotin; WA Columbia; WA Ferry; WA Garfield; WA
Lincoln, WA Pend Oreille; WA Stevens; WA Whitman.
Richland, WA
SMSA Counties:
Richland Kennewick, WA
WA Benton; WA Franklin.
Non -SMSA Counties
WA Walla Walla.
5.4
3.6
Yakima, WA:
SMSA Counties:
Yakima, WA 9.7
WA Yakima.
Non -SMSA Counties 7.2
WA Chelan; WA Douglas; WA Grant; WA Kittitas; WA Okanogan.
108
Seattle, WA.
SMSA Counties:
Seattle Everett, WA 7.2
WA King; WA Snohomish.
Tacoma, WA 6.2
WA Pierce.
Non -SMSA Counties 6.1
WA Clallam; WA Grays Harbor; WA Island; WA Jefferson; WA Kitsap;
WA Lewis; WA Mason; WA Pacific; WA San Juan; WA Skagit; WA
Thurston; WA Whatcom.
Portland, OR:
SMSA Counties:
Portland, OR -WA 4.5
WA Clark.
Non -SMSA Counties 3.8
WA Cowlitz; WA Klickitat; WA Skamania; WA Wahkiakum.
These goals are applicable to each nonexempt Contractor's total on-site construction
workforce, regardless of whether or not part of that workforce is performing work on a
Federal, or federally assisted project, contract, or subcontract until further notice.
Compliance with these goals and time tables is enforced by the Office of Federal
Contract compliance Programs.
The Contractor's compliance with the Executive Order and the regulations in 41 CFR
Part 60-4 shall be based on its implementation of the Equal Opportunity Clause,
specific affirmative action obligations required by the specifications set forth in 41 CFR
60-4.3(a), and its efforts to meet the goals. The hours of minority and female
employment and training must be substantially uniform throughout the length of the
contract, in each construction craft and in each trade, and the Contractor shall make a
good faith effort to employ minorities and women evenly on each of its projects. The
transfer of minority or female employees or trainees from Contractor to Contractor or
from project to project for the sole purpose of meeting the Contractor's goal shall be a
violation of the contract, the Executive Order and the regulations in 41 CFR Part 60-4.
Compliance with the goals will be measured against the total work hours performed.
3. The Contractor shall provide written notification to the Engineer within 10 working days
of award of any construction subcontract in excess of $10,000 or more that are
Federally funded, at any tier for construction work under the contract resulting from this
solicitation. The notification shall list the name, address and telephone number of the
subcontractor; employer identification number of the subcontractor; estimated dollar
amount of the subcontract; estimated starting and completion dates of the subcontract;
and the geographical area in which the contract is to be performed.
4. As used in this Notice, and in the contract resulting from this solicitation, the Covered
Area is as designated herein.
Standard Federal Equal Employment Opportunity Construction Contract Specifications
(Executive Order 11246)
1. As used in these specifications:
a. Covered Area means the geographical area described in the solicitation from
which this contract resulted;
b. Director means Director, Office of Federal Contract Compliance Programs,
United States Department of Labor, or any person to whom the Director
delegates authority;
109
c. Employer Identification Number means the Federal Social Security number
used on the Employer's Quarterly Federal Tax Return, U. S. Treasury
Department Form 941;
d. Minority includes:
(1) Black, a person having origins in any of the Black Racial Groups
of Africa.
(2) Hispanic, a fluent Spanish speaking, Spanish surnamed person of
Mexican, Puerto Rican, Cuban, Central American, South American,
or other Spanish origin.
(3) Asian or Pacific Islander, a person having origins in any of the
original peoples of the Pacific rim or the Pacific Islands, the
Hawaiian Islands and Samoa.
(4) American Indian or Alaskan Native, a person having origins in any
of the original peoples of North America, and who maintain cultural
identification through tribal affiliation or community recognition.
2. Whenever the Contractor, or any Subcontractor at any tier, subcontracts a portion of
the work involving any construction trade, it shall physically include in each subcontract
in excess of $10,000 the provisions of these specifications and the Notice which
contains the applicable goals for minority and female participation and which is set forth
in the solicitations from which this contract resulted.
3. If the Contractor is participating (pursuant to 41 CFR 60-4.5) in a Hometown Plan
approved by the U.S. Department of Labor in the covered area either individually or
through an association, its affirmative action obligations on all work in the Plan area
(including goals and timetables) shall be in accordance with that Plan for those trades
which have unions participating in the Plan. Contractors must be able to demonstrate
their participation in and compliance with the provisions of any such Hometown Plan.
Each Contractor or Subcontractor participating in an approved Pian is individually
required to comply with its obligations under the EEO clause, and to make a good faith
effort to achieve each goal under the Plan in each trade in which it has employees.
The overall good faith performance by other Contractors or Subcontractors toward a
goal in an approved Plan does not excuse any covered Contractor's or Subcontractor's
failure to take good faith effort to achieve the Pian goals and timetables.
4. The Contractor shall implement the specific affirmative action standards provided in
paragraphs 7a through 7p of this Special Provision. The goals set forth in the
solicitation from which this contract resulted are expressed as percentages of the total
hours of employment and training of minority and female utilization the Contractor
should reasonably be able to achieve in each construction trade in which it has
employees in the covered area. Covered construction contractors performing
construction work in geographical areas where they do not have a Federal or federally
assisted construction contract shall apply the minority and female goals established for
the geographical area where the work is being performed. The Contractor is expected
to make substantially uniform progress in meeting its goals in each craft during the
period specified.
5. Neither the provisions of any collective bargaining agreement, nor the failure by a union
with whom the Contractor has a collective bargaining agreement, to refer either
minorities or women shall excuse the Contractor's obligations under these
specifications, Executive Order 11246, or the regulations promulgated pursuant
thereto.
110
6. In order for the nonworking training hours of apprentices and trainees to be counted in
meeting the goals, such apprentices and trainees must be employed by the Contractor
during the training period, and the Contractor must have made a commitment to
employ the apprentices and trainees at the completion of their training, subject to the
availability of employment opportunities. Trainees must be trained pursuant to training
programs approved by the U.S. Department of Labor.
7. The Contractor shall take specific affirmative actions to ensure equal employment
opportunity. The evaluation of the Contractor's compliance with these specifications
shall be based upon its effort to achieve maximum results from its action. The
Contractor shall document these efforts fully, and shall implement affirmative action
steps at least as extensive as the following:
a. Ensure and maintain a working environment free of harassment, intimidation,
and coercion at all sites, and in all facilities at which the Contractor's
employees are assigned to work. The Contractor, where possible, will assign
two or more women to each construction project. The Contractor shall
specifically ensure that all foremen, superintendents, and other on-site
supervisory personnel are aware of and carry out the Contractor's obligation
to maintain such a working environment, with specific attention to minority or
female individuals working at such sites or in such facilities.
b. Establish and maintain a current list of minority and female recruitment
sources, provide written notification to minority and female recruitment
sources and to community organizations when the Contractor or its unions
have employment opportunities available, and maintain a record of the
organizations' responses.
c. Maintain a current file of the names, addresses and telephone numbers of
each minority and female off -the -street applicant and minority or female
referral from a union, a recruitment source or community organization and of
what action was taken with respect to each such individual. If such individual
was sent to the union hiring hall for referral and was not referred back to the
Contractor by the union or, if referred, not employed by the Contractor, this
shall be documented in the file with the reason therefor, along with whatever
additional actions the Contractor may have taken.
d. Provide immediate written notification to the Director when the union or
unions with which the Contractor has a collective bargaining agreement has
not referred to the Contractor a minority person or woman sent by the
Contractor, or when the Contractor has other information that the union
referral process has impeded the Contractor's efforts to meet its obligations.
e. Develop on-the-job training opportunity and/or participate in training
programs for the area which expressly include minorities and women,
including upgrading programs and apprenticeship and trainee programs
relevant to the Contractor's employment needs, especially those programs
funded or approved by the U.S. Department of Labor. The Contractor shall
provide notice of these programs to the sources compiled under 7b above.
f. Disseminate the Contractor's EEO policy by providing notice of the policy to
unions and training programs and requesting their cooperation in assisting
the Contractor in meeting its EEO obligations; by including it in any policy
manual and collective bargaining agreement; by publicizing it in the company
newspaper, annual report, etc.; by specific review of the policy with all
management personnel and with all minority and female employees at least
once a year; and by posting the company EEO policy on bulletin boards
111
g.
accessible to all employees at each location where construction work is
performed.
Review, at least annually, the company's EEO policy and affirmative action
obligations under these specifications with all employees having any
responsibility for hiring, assignment, layoff, termination or other employment
decisions including specific review of these items with on-site supervisory
personnel such as Superintendents, General Foremen, etc., prior to the
initiation of construction work at any job site. A written record shall be made
and maintained identifying the time and place of these meetings, persons
attending, subject matter discussed, and disposition of the subject matter.
h. Disseminate the Contractor's EEO policy externally by including it in any
advertising in the news media, specifically including minority and female
news media, and providing written notification to and discussing the
Contractor's EEO policy with other Contractors and Subcontractors with
whom the Contractor does or anticipates doing business.
Direct its recruitment efforts, both oral and written to minority, female and
community organizations, to schools with minority and female students and
to minority and female recruitment and training organizations serving the
Contractor's recruitment area and employment needs. Not later than one
month prior to the date for the acceptance of applications for apprenticeship
or other training by any recruitment source, the Contractor shall send written
notification to organizations such as the above, describing the openings,
screening procedures, and tests to be used in the selection process.
Encourage present minority and female employees to recruit other minority
persons and women and where reasonable, provide after school, summer
and vacation employment to minority and female youth both on the site and
in other areas.of a Contractor's work force.
k. Validate all tests and other selection requirements where there is an
obligation to do so under 41 CFR Part 60-3.
I. Conduct, at least annually, an inventory and evaluation of all minority and
female personnel for promotional opportunities and encourage these
employees to seek or to prepare for, through appropriate training, etc., such
opportunities.
m. Ensure that seniority practices, job classifications, work assignments and
other personnel practices, do not have a discriminatory effect by continually
monitoring all personnel and employment related activities to ensure that the
EEO policy and the Contractor's obligations under these specifications are
being carried out.
n. Ensure that all facilities and company activities are nonsegregated except
that separate or single -user toilet and necessary changing facilities shall be
provided to assure privacy between the sexes.
o. Document and maintain a record of all solicitations of offers for subcontracts
from minority and female construction contractors and suppliers, including
circulation of solicitations to minority and female contractor associations and
other business associations.
p. Conduct a review, at least annually, of all supervisors' adherence to and
performance under the Contractor's EEO policies and affirmative action
obligations.
112
8. Contractors are encouraged to participate in voluntary associations which assist in
fulfilling one or more of their affirmative action obligations (7a through 7p). The efforts
of a contractor association, joint contractor -union, contractor -community, or other
similar group of which the Contractor is a member and participant, may be asserted as
fulfilling any one or more of the obligations under 7a through 7p of this Special
Provision provided that the Contractor actively participates in the group, makes every
effort to assure that the group has a positive impact on the employment of minorities
and women in the industry, ensure that the concrete benefits of the program are
reflected in the Contractor's minority and female work -force participation, makes a good
faith effort to meet its individual goals and timetables, and can provide access to
documentation which demonstrate the effectiveness of actions taken on behalf of the
Contractor. The obligation to comply, however, is the Contractor's and failure of such a
group to fulfill an obligation shall not be a defense for the Contractor's noncompliance.
9. A single goal for minorities and a separate single goal for women have been
established. The Contractor, however, is required to provide equal employment
opportunity and to take affirmative action for all minority groups, both male and female,
and all women, both minority and non -minority. Consequently, the Contractor may be
in violation of the Executive Order if a particular group is employed in substantially
disparate manner (for example, even though the Contractor has achieved its goals for
women generally, the Contractor may be in violation of the Executive Order if a specific
minority group of women is underutilized).
10. The Contractor shall not use the goals and timetables or affirmative action standards to
discriminate against any person because of race, color, religion, sex, or national origin.
11. The Contractor shall not enter into any subcontract with any person or firm debarred
from Government contracts pursuant to Executive Order 11246.
12. The Contractor shall carry out such sanctions and penalties for violation of these
specifications and of the Equal Opportunity Clause, including suspensions,
terminations and cancellations of existing subcontracts as may be imposed or ordered
pursuant to Executive Order 11246, as amended, and its implementing regulations by
the Office of Federal Contract Compliance Programs. Any Contractor who fails to carry
out such sanctions and penalties shall be in violation of these specifications and
Executive Order 11246, as amended.
13. The Contractor, in fulfilling its obligations under these specifications, shall implement
specific affirmative action steps, at least as extensive as those standards prescribed in
paragraph 7 of this Special Provision, so as to achieve maximum results from its efforts
to ensure equal employment opportunity. If the Contractor fails to comply with the
requirements of the Executive Order, the implementing regulations, or these
specifications, the Director shall proceed in accordance with 41 CFR 60-4.8.
14. The Contractor shall designate a responsible official to monitor all employment related
activity to ensure that the company EEO policy is being carried out, to submit reports
relating to the provisions hereof as may be required by the government and to keep
records. Records shall at least include, for each employee, their name, address,
telephone numbers, construction trade, union affiliation if any, employee identification
number when assigned, social security number, race, sex, status (e.g., mechanic,
apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per
week in the indicated trade, rate of pay, and locations at which the work was
performed. Records shall be maintained in an easily understandable and retrievable
form; however, to the degree that existing records satisfy this requirement, the
Contractors will not be required to maintain separate records.
113
15. Nothing herein provided shall be construed as a limitation upon the application of other
laws which establish different standards of compliance or upon the application of
requirements for the hiring of local or other area residents (e.g., those under the Public
Works Employment Act of 1977 and the Community Development Block Grant
Program).
(August 2, 2004)
Disadvantaged Business Enterprise Participation
The Disadvantaged Business Enterprise (DBE) requirements of 49 CFR part 26 apply to this
contract. The requirements of this contract are to encourage DBE participation, supply a
bidder's list, and to report race neutral accomplishments quarterly as described in this
special provision. No preference will be included in the evaluation of bids/proposals, no
minimum level of DBE participation shall be required as a condition for receiving an award
and bids/proposals will not be rejected or considered non-responsive on that basis.
DBE Goals
No DBE goals have been assigned as a part of this contract.
Affirmative Efforts to Solicit DBE Participation
DBE firms shall have equal opportunity to compete for and perform subcontracts which
the Contractor enters into pursuant to this contract. Contractors are encouraged to:
1. Advertise opportunities for Subcontractors or suppliers in a manner
reasonably designed to provide DBEs capable of performing the work with
timely notice of such opportunities. All advertisements should include a
provision encouraging participation by DBE firms and may be done through
general advertisements (e.g. newspapers, journals, etc.) or by soliciting
bids/proposals directly from DBEs.
2. Utilize the services of available minority community-based organizations,
minority contractor groups, local minority assistance offices and
organizations that provide assistance in the recruitment and placement of
DBEs and other small businesses.
In addition, the Office of Minority and Women's Business Enterprises has two
DBE Supportive Services Offices available to assist you as follows:
Seattle: (206) 553-7356
Tacoma: (253) 680-7393
3. Establish delivery schedules, where requirements of the contract allow, that
encourage participation by DBEs and other small businesses.
4. Achieve attainment through joint ventures.
In the absence of a mandatory goal, all DBE participation that is attained on this project
will be considered as "race neutral" participation and will be reported as such.
DBE Eligibility (for reporting purposes only)
Selection of DBEs:
DBEs utilized on the contract will be eligible to be counted as race neutral
participation only if the firm is identified as a DBE on the current list of firms
certified by the Office of Minority and Women's Business Enterprises (OMWBE),
the DBE firm is certified in the corresponding NAICS code(s) for the type of work
to be performed, and the DBE firm performs a commercially useful function. A list
of firms certified by OMWBE, including the NAICS codes for which they are
certified, is available from that office and on line through their website
(www.omwbe.wa.gov/directory/directory.htm) or by telephone at (360) 704-1181.
114
Counting DBE Participation For Reporting Race Neutral Accomplishments
When a DBE firm participates in a contract, only the value of the work actually
performed by the DBE will be counted as race -neutral participation.
1. Count the entire amount of the portion of the contract that is performed by the
DBEs own forces. Include the cost of supplies and materials obtained by the
DBE for the work of the contract, including supplies purchased or equipment
leased by the DBE (except supplies and equipment the DBE Subcontractor
purchases or leases from the Prime Contractor or its affiliate, unless the
Prime Contractor is also a DBE). Work performed by a DBE, utilizing
resources of the Prime Contractor or its affiliates will not be counted as race -
neutral participation. In very rare situations, a DBE firm may utilize
equipment and/or personnel from a non -DBE firm other than the Prime
Contractor or its affiliates. Should this situation arise, the arrangement must
be short-term and have prior written approval from the Contracting Agency.
The arrangement must not erode a DBE firm's ability to perform a
Commercially Useful Function (See discussion of CUF, below).
2. Count the entire amount of fees or commissions charged by a DBE firm
for providing a bona fide service, such as professional, technical,
consultant, or managerial services, or for providing bonds or insurance.
3. When a DBE subcontracts part of the work of its contract to another
firm, the value of the subcontracted work may be counted as race
neutral participation only if the DBE's lower tier Subcontractor is also a
DBE. Work that a DBE Subcontracts to a non -DBE firm does not count
as race neutral participation.
4. When a non -DBE subcontractor further subcontracts to a lower -tier
subcontractor or supplier who is a certified DBE, then that portion of the
work further subcontracted may be counted toward the DBE goal, so
long as it is a distinct clearly defined portion of the work of the
subcontract that the DBE is performing with its own forces in a
commercially useful function.
DBE Prime Contractor
A DBE prime Contractor may only count the work performed with its own forces and the
work performed by DBE Subcontractors and DBE suppliers.
Joint Venture
When a DBE performs as a participant in a joint venture, only that portion of the total
dollar value of the contract equal to the distinct, clearly defined portion of the work that
the DBE performs with its own forces will count as race neutral participation.
Commercially Useful Function
Payments to a DBE firm will count as race neutral participation only if the DBE is
performing a commercially useful function on the contract.
1. A DBE performs a commercially useful function when it is responsible for
execution of the work of the contract and is carrying out its responsibilities by
actually performing, managing, and supervising the work involved. To
perform a commercially useful function, the DBE must also be responsible,
with respect to materials and supplies used on the contract, for negotiating
price, determining quality and quantity, ordering the material, installing (if
applicable) and paying for the material itself.
115
2 A DBE does not perform a commercially useful function if its role is limited to
that of an extra participant in a transaction, contract, or project through which
funds are passed in order to obtain the appearance of DBE participation.
Trucking
Use the following factors in determining whether a DBE trucking company is performing
a commercially useful function:
1. The DBE must be responsible for the management and supervision of the
entire trucking operation for which it is listed on a particular contract.
2. The DBE must itself own and, with its own workforce, operate at least one
fully licensed, insured, and operational truck used on the contract.
3. The DBE receives credit only for the total value of the transportation services
it provides on the contract using trucks it owns or leases, insures, and
operates with drivers it employs.
4. For purposes of this paragraph a lease must indicate that the DBE has
exclusive use of and control over the truck. This does not preclude the leased
truck from working for others during the term of the lease with the consent of
the DBE, so long as the lease gives the DBE absolute priority for use of the
leased truck. Leased trucks must display the name and identification
number of the DBE.
5. The DBE may lease trucks from another DBE firm, including an owner -
operator who is certified as a DBE. The DBE who leases trucks from another
DBE may report race -neutral participation for the total value of the
transportation services the lessee DBE provides on the contract.
6. The DBE may also lease trucks from a non -DBE firm and may enter an
agreement with an owner -operator who is a non -DBE. The DBE who leases
trucks from a non -DBE or employs a non -DBE owner -operator is entitled to
count race -neutral participation only for the fee or commission it receives as
a result of the lease arrangement. The DBE may not count the total value of
the transportation services provided by the lessee, since these services are
not provided by a DBE.
7. In any lease or owner -operator situation, as described in paragraphs 5 & 6
above, the following rules shall apply:
• The DBE is limited to leasing or renting two additional trucks for
each truck owned by the DBE trucking firm. The total number of
leased or rented trucks shall include owner -operator arrangements.
• A written lease/rental agreement on all trucks leased or rented,
showing the true ownership and the terms of the rental must be
submitted and approved by the Contracting Agency prior to the
beginning of the work. The agreement must show the lessor's
name, trucks to be leased, and agreed upon amount or method of
payment (hour, ton, or per load). All lease agreements shall be for
a long-term relationship, rather than for the individual project. Does
not apply to owner -operator arrangements.
• Only the vehicle, (not the operator) is leased or rented. Does not
apply to owner -operator arrangements.
116
8. In order for payments to be counted as race -neutral participation, DBE
trucking firms must be covered by a subcontract or a written agreement
approved by WSDOT prior to performing their portion of the work.
Expenditures paid to other DBEs
Expenditures paid to other DBEs for materials or supplies may be counted toward race
neutral participation as provided in the following:
Manufacturer
1. Counting
If the materials or supplies are obtained from a DBE manufacturer, count 100
percent of the cost of the materials or supplies toward race neutral
participation.
2. Definition
To be a manufacturer, the firm operates or maintains a factory or
establishment that produces, on the premises, the materials, supplies,
articles, or equipment required under the contract and of the general
character described by the specifications.
3. In order to receive credit as a DBE manufacturer, the firm must have received
an "on-site" review and been approved by WSDOT-OEO to operate as a
DBE Manufacturing firm. To schedule a review, the manufacturing firm must
submit a written request to WSDOT/OEO and may not receive race neutral
credit, until the completion of the review. Once a firm's manufacturing
process has been approved in writing, it is not necessary to resubmit the firm
for approval unless the manufacturing process has substantially changed.
Information on approved manufacturers may be obtained from WSDOT-
OEO.
Regular Dealer
1. Counting
If the materials or supplies are purchased from a DBE regular dealer, 60
percent of the cost of the materials or supplies will count toward race neutral
participation.
2. Definition
a) To be a regular dealer, the firm must own, operate or maintain a store,
warehouse, or other establishment in which the materials, supplies,
articles or equipment of the general character described by the
specifications and required under the contract are bought, kept in stock,
and regularly sold or leased to the public in the usual course of
business. It must also be an established, regular business that
engages, as its principal business and under its own name, in the
purchase and sale or lease of the products in question.
b) A person may be a regular dealer in such bulk items as petroleum
products, steel, cement, gravel, stone, or asphalt without owning,
operating, or maintaining a place of business, as provided elsewhere in
this specification, if the person both owns and operates distribution
equipment for the products. Any supplementing of regular dealers' own
distribution equipment shall be by a Tong -term lease agreement and not
on an ad hoc or contract -by -contract basis.
c) Packagers, brokers, manufacturers' representatives, or other persons
who arrange or expedite transactions are not regular dealers.
117
3. Regular dealer status is granted on a contract -by -contract basis. To obtain
regular dealer status, a formal written request must be made by the
interested supplier (potential regular dealer) to WSDOT/OEO. Included in
the request shall be a full description of the project, type of business
operated by the DBE, and the manner the DBE will operate as a regular
dealer on the specific contract. Rules applicable to regular dealer status are
contained in 49 CFR Part 26.55.e.2. Once the request is reviewed by
WSDOT-OEO, the DBE supplier requesting it will be notified in writing
whether regular dealer status was approved.
Materials or Supplies Purchased from a DBE
With respect to materials or supplies purchased from a DBE who is neither a
manufacturer nor a regular dealer, the entire amount of fees or commissions charged
for assistance in the procurement of the materials and supplies or fees or transportation
charges for the delivery of materials or supplies required on a job site may be counted
as race neutral participation. No part of the cost of the materials and supplies
themselves may be applied as race neutral participation.
Procedures Between Award and Execution
After award of the contract, the successful bidder shall provide the additional
information described below. A failure to comply shall result in the forfeiture of the
bidder's proposal bond or deposit.
A list of all firms who submitted a bid or quote in an attempt to participate in this project
whether they were successful or not. Include the correct business name, federal
employer identification number (optional) and a mailing address.
The firms identified by the Contractor may be contacted to solicit general information as
follows:
1. age of the firm
2. average of its gross annual receipts over the past three -years
Procedures After Execution
Reporting
The Contractor shall submit a "Quarterly Report of Amounts Credited as DBE
Participation" (actual payments) on a quarterly basis for any calendar quarter in which
DBE work is accomplished or upon completion of the project, as appropriate. The
quarterly reports are due on January 20th, April 20th, July 20t, and October 20th of each
year. The dollars reported will be in accordance with the "Counting DBE
Participation For Reporting Race Neutral Participation" section of this specification.
In the event that the payments to a DBE have been made by an entity other than the
Prime Contractor (as in the case of a lower -tier subcontractor or supplier), then the
Prime Contractor shall obtain the quarterly report, including the signed affidavit, from
the paying entity and submit the report to the Contracting Agency.
Payment
Compensation for all costs involved with complying with the conditions of this
specification and any associated DBE requirements is included in payment for the
associated contract items of work.
118
(March 13, 1995)
1-07.12 Federal Agency Inspection
Section 1-07.12 is supplemented with the following:
Required Federal Aid Provisions
The Required Contract Provisions Federal Aid Construction Contracts (FHWA 1273) and the
amendments thereto supersede any conflicting provisions of the Standard Specifications
and are made a part of this contract; provided, however, that if any of the provisions of
FHWA 1273, as amended, are less restrictive than Washington State Law, then the
Washington State Law shall prevail.
The provisions of FHWA 1273, as amended, included in this contract require that the
Contractor insert the FHWA 1273 and amendments thereto in each subcontract, together
with the wage rates which are part of the FHWA 1273, as amended. Also, a clause shall be
included in each subcontract requiring the subcontractors to insert the FHWA 1273 and
amendments thereto in any lower tier subcontracts, together with the wage rates. The
Contractor shall also ensure that this section, REQUIRED FEDERAL AID PROVISIONS, is
inserted in each subcontract for subcontractors and lower tier subcontractors. For this
purpose, upon request to the Project Engineer, the Contractor will be provided with extra
copies of the FHWA 1273, the amendments thereto, the applicable wage rates, and this
Special Provision.
(February 5, 2001)
1-07.17 Utilities And Similar Facilities
Section 1-07.17 is supplemented with the following:
Locations and dimensions shown in the Plans for existing facilities are in accordance with
available information obtained without uncovering, measuring, or other verification.
Public and private utilities, or their contractors, will furnish all work necessary to adjust,
relocate, replace, or construct their facilities unless otherwise provided for in the Plans or
these Special Provisions. Such adjustment, relocation, replacement, or construction will be
done during the prosecution of the work for this project.
The following addresses and telephone numbers of utility companies known or suspected of
having facilities within the project limits are supplied for the Contractor's convenience:
Qwest
Charter Cable
City of Yakima Water Division
City of Yakima Wastewater Division
Cascade Natural Gas Corporation
Pacific Power
Nob Hill Water
Congdon Orchards, Inc.
8 W 2nd Ave, Room 304 Yakima, Washington 98902 509-575-7183
1005 N 16th Avenue Yakima, Washington 98902
2301 Fruitvale Blvd. Yakima, Washington 98902
2220 E. Viola, Yakima, Washington 98901
401 N 1st Street, Yakima, Washington 98901
PO Box 1729 Yakima, Washington 98907
6111 Tieton Dr. Yakima, Washington 98908
509-575-1697
509-575-6154
509-575-6077
509-457-5905
509-575-3146
509-966-0272
509-955-4440
( )
The Contractor shall notify the Upper Yakima Valley Utilities Coordinating Council -Area 5,
telephone number 1-800-553-4344, at least 72 hours prior to start of excavation so that
underground utilities may be marked.
It shall be the contractor's responsibility to investigate the presence and location of all
utilities prior to bid opening and assess their impacts on his construction activities.
Utilities, new or old, may be renewed, relocated, or adjusted for the proposed construction.
The Contractor shall, prior to beginning any work, meet with all utility organizations (public
and private) in the field to familiarize himself with plans and schedules of the installations on
new, relocated, or adjusted utilities. Both public and private utility organizations may be
119
doing utility installations within the area. The proposed construction work must be
coordinated with these utility installations.
The Contractor shall coordinate his work with other contractors who may be working in the
project area and cooperate with them.
1-07.23 Public Convenience And Safety
1-07.23(1) Construction Under Traffic
Section 1-07.23(1) is supplemented with the following:
(April 5, 2004)
The construction safety zone will be determined as follows:
When the posted speed is 35 MPH or under, the safety zone will be 10 feet from the
outside edge of traveled way or 2 feet beyond the outside edge of the sidewalk.
When the posted speed is from 40 to 55 MPH the safety zone will be 15 feet from the
outside edge of traveled way.
When the posted speed is 60 MPH or over the safety zone will be 30 feet from the
outside edge of traveled way.
During nonworking hours equipment or materials shall not be within the safety zone
unless it is protected by permanent guardrail or temporary concrete barrier. The use of
temporary concrete barrier shall be permitted only if the Engineer approves the
installation and location.
During the actual hours of work, unless protected as described above, only materials
absolutely necessary to construction shall be within the safety zone and only
construction vehicles absolutely necessary to construction shall be allowed within the
safety zone or allowed to stop or park on the shoulder of the roadway.
The Contractor's nonessential vehicles and employees private vehicles shall not be
permitted to park within the safety zone at any time unless protected as described
above.
Deviation from the above requirements shall not occur unless the Contractor has
requested the deviation in writing and the Engineer has provided written approval.
120
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1-08 PROSECUTION AND PROGRESS
1-08.1 Subcontracting
Section 1-08.1 is supplemented with the following:
(October 12, 1998)
Prior to any subcontractor or lower tier subcontractor beginning work, the Contractor shall
submit to the Engineer a certification (WSDOT Form 420-004) that a written agreement
between the Contractor and the subcontractor or between the subcontractor and any lower
tier subcontractor has been executed. This certification shall also guarantee that these
subcontract agreements include all the documents required by the Special Provision
Federal Agency Inspection.
A subcontractor or lower tier subcontractor will not be permitted to perform any work under
the contract until the following documents have been completed and submitted to the
Engineer:
1. Request to Sublet Work (Form 421-012), and
2. Contractor and Subcontractor or Lower Tier Subcontractor Certification for
Federal -aid Projects (Form 420-004).
The Contractor's records pertaining to the requirements of this Special Provision shall be
open to inspection or audit by representatives of the Contracting Agency during the life of
the contract and for a period of not less than three years after the date of acceptance of the
contract. The Contractor shall retain these records for that period. The Contractor shall also
guarantee that these records of all subcontractors and lower tier subcontractors shall be
available and open to similar inspection or audit for the same time period.
The Contractor shall use the Subcontractors List and Subcontractor Certification form
included within these contract documents to comply with the specifications of this section.
1-08.3 Progress Schedule
The first and second paragraphs of Section 1-08.3 are replaced with the following:
The Contractor shall prepare and submit to the Engineer a Construction Progress and
Completion Schedule using the Bar Graph or Critical Path Method. Items in the Schedule
shall be arranged in the order and sequence in which they will be performed. The schedule
shall conform to the working modification by the Engineer. The schedule shall be drawn to a
time scale, shown along the base of the diagram, using an appropriate measurement per
day with weekends and holidays indicated. The Construction Progress Schedule shall be
continuously updated and, if necessary, redrawn upon the first working day of each month or
upon issuance of any Change Order, which substantially affects the scheduling. Copies (2
prints or 1 reproducible of newly updated Schedules shall be forwarded to the Engineer, as
directed, immediately upon preparation.
This section is supplemented with the following:
The Contractor shall submit a weekly activity schedule to the Construction Engineer before
9:00 a.m. on the Friday prior to the week indicated on the schedule.
If the Contractor proceeds with work not indicated on this weekly activity schedule, or in a
sequence differing form the which he has shown on this schedule, the Engineer may order
the Contractor to delay unscheduled activities until they are included on a subsequent
weekly activity schedule.
121
1-08.5 Time For Completion
(March 13,1995)
Section 1-08.5 is supplemented with the following:
This project shall be physically completed in its entirety within ***120*** working days.
1-08.10 Termination of Contract
1-08.10(1) Termination for Default
Revise the last sentence of the fifth paragraph of Section 1-08.10(1) as follows:
Replace "State of Washington, Department of Transportation" with "Contracting Agency."
1-10 TEMPORARY TRAFFIC CONTROL
1-10.2 Traffic Control Management
1-10.2(1) General
(August 2, 2004)
Section 1-10.2(1) is supplemented with the following:
The Traffic Control Supervisor shall be certified by one of the following:
The Northwest Laborers -Employers Training Trust
27055 Ohio Ave.
Kingston, WA 98346
(360) 297-3035
Evergreen Safety Council
401 Pontius Ave. N.
Seattle, WA 98109
1-800-521-0778 or
(206) 382-4090
1-10.4 Measurement
(August 2, 2004)
Section 1-10.4(2) is supplemented with the following:
The bid proposal does not contain the item "Project Temporary Traffic Control," lump sum.
The provisions of Section 1-10.4(2) shall apply.
122
1-99 APWA SUPPLEMENT
1-02 BID PROCEDURES AND CONDITIONS (APWA Only)
1-02.1 Qualifications of Bidder (APWA Only)
This section is supplemented with the following:
Pre -qualification is not required for this project.
1-07.18 Public Liability and Property Damage Insurance (APWA Only)
1-07.18(1) General Requirements (APWA Only)
The seventh paragraph is revised as follows:
Change "45 days" to "20 days."
The eighth paragraph is revised by adding the following to the end of the first sentence:
", the City of Yakima, and Yakima County, their employees, agents, and elected or
appointed officials."
The tenth paragraph is revised to read as follows:
The Contractor shall forward to the City the additional insured endorsement as requested in
the Evidence of Insurance Section.
1-07.18(2) Coverages and Limits (APWA Only)
This section is revised to read as follows:
All coverage's combined single limit shall be $1,000,000 per occurrence. The commercial
general liability policy will contain a "per Job Aggregate" Endorsement. If this endorsement
is not provided, an additional $2,000,000 umbrella limit will be required over and above the
$1,000,000 underlying.
A commercial general liability deductible of $5,000 or less is acceptable. The contractor will
be responsible for the payment of that deductible for any losses which occur. Higher
retention or deductible limits may be acceptable on prior approval by the City.
Providing coverage in these stated amounts shall not be construed to relieve the Contractor
from liability in excess of such limits.
1-07.18(4) Evidence of Insurance (APWA Only)
This section is revised to read as follows:
The Contractor shall provide evidence of insurance by the following method.
A completed ACORD form #25 (or equivalent) shall be submitted which conforms to the
following requirements:
1. The ACORD form shall be accompanied by a completed Endorsement naming the
City of Yakima, and Yakima County, their agents, employees, and elected or
appointed officials as an additional insured and containing the insured's name and
policy number, and shall be signed by a duly authorized agent.
123
2 The wording in the CANCELLATION section "endeavor to" and "but failure to
mail such notice shall impose no obligation or liability of any kind upon the
company, its agents or representatives" shall be crossed out and initialed by
the agent/broker and shall provide for a cancellation notice of at least 20 days to
the City of Yakima.
3. Add the following text in the section entitled DESCRIPTION OF OPERATIONS /
LOCATIONS / VEHICLES / EXCLUSIONS ALLOWED BY ENDORSEMENT /
SPECIAL PROVISIONS:
The City of Yakima, and Yakima County, their agents, employees, and
elected or appointed officials are additional insured's for Washington
Avenue Widening and Reconstruction, City Projects 1957 and 1958.
4. Contain the appropriate amount and types of coverages that are specified by the
Contract.
124
DIVISION 2
EARTHWORK
2-01 CLEARING, GRUBBING AND ROADSIDE CLEANUP
2-01.1 Description
Section 2-01.1 is supplemented with the following:
(March 13, 1995)
Clearing and grubbing on this project shall be performed within the following limits:
From Station 10+00 to 74+00:
Between the edge of the existing roadway and the new right of way line.
2-01.2 Disposal of Useable Material and Debris
Revise the third paragraph as follows:
Change the word "three" to "two."
2-01.2(1) Disposal Method No. 1 — Open Burning
This section is deleted.
2-01.3(4) Roadside Cleanup
This section is supplemented with the following:
Any temporary fills that are constructed must be removed in their entirety and the affected
areas returned to their preexisting elevation and condition.
2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS
2-02.1 Description
This section is supplemented with the following:
This work shall consist of removing the existing median where detailed in the Plans.
2-02.3 Construction Requirements
2-02.3(3) Removal of Pavement, Sidewalks, and Curbs
This section is supplemented with the following:
Where detailed in the Plans, the median curb and gutter, along with the adjoining six inches
of asphalt shall be removed to a depth of one foot below the finished elevation of the
existing asphalt concrete pavement. Where the median is to remain, approximately 6 inches
of dirt and rock material is to be removed.
There is approximately 1,300 linear feet of curb and gutter to be removed, approximately
650 square feet of asphalt concrete pavement approximately 4 inches thick to be removed,
and approximately 400 cubic yards of surfacing material to be removed. These quantities
are approximate. They are listed only for the convenience of the Contractor in determining
the volume of work involved and are not guaranteed to be accurate.
Prior to removal, the Contractor shall use a vertical saw cut to delineate the areas of
pavement removal from those areas of pavement that is to remain.
The materials removed shall become the property of the Contractor, and shall be removed
and disposed of outside the project limits.
125
Damage done to any portion of the pavement that is scheduled to remain, due to the
Contractor's operation, shall be repaired by the Contractor, to the Engineer's satisfaction, at
no additional cost to the City.
2-02.4 Measurement
This section is supplemented with the following:
Saw Cut, Per Inch Depth will be measured by the linear foot per inch of depth.
2-02.5 Payment
This section is supplemented with the following:
Add the items:
"Remove Existing Median", lump sum.
The lump sum contract price for "Remove Existing Median", shall be full pay for all
equipment and labor required to remove the existing median material and haul it off the
project limits.
"Saw Cut, Per Inch Depth", per linear foot.
2-07 WATERING
2-07.3 Construction Requirements
Supplement this section with the following:
The Contractor shall secure permission from and comply with all requirements of the water
utility before obtaining water from fire hydrants. The Contractor shall notify the Engineer as
soon as such permission is granted.
The Contractor shall use hydrant wrenches only to open hydrants. While using hydrants,
the contractor shall make certain that the hydrant valve is fully open in order to prevent
damage to the hydrant valve. A metered hydrant connection furnished by the water utility
shall be used as an auxiliary valve on the outlet line for control purposes. Fire hydrant
valves shall be closed slowly to avoid a surge in the system causing undue pressure on the
water lines. The Contractor shall carefully note the importance of following these directions.
If a hydrant is damaged due to the Contractor or an employee of the Contractor, the
Contractor shall immediately notify the water utility so that the damage can be repaired as
quickly as possible.
Upon completing the use of the hydrants, the Contractor shall notify the water utility so that
the hydrants may be inspected for possible damage. Any damage resulting from the use of
the hydrants by the Contractor will be repaired by the water utility, and the cost thereof shall
be withheld, if necessary, from the final payment to the Contractor.
The Contractor shall furnish all equipment and tools, except the metered hydrant
connection, that may be necessary to meet the requirements of the water distribution
agency pertaining to hydrant us.
Violation of these requirements will result in fines and will lay the Contractor liable for
damage suits because of malfunctioning of damaged fire hydrants, in the event of fire.
2-07.4 Measurement
This section is revised to read:
126
Water will be measured with the metered hydrant connection.
2-07.5 Payment
This section is revised to read as follows:
Water will be furnished by the water utility without charge, but the Contractor shall convey
the water from the nearest convenient hydrant or other source at his expense.
2-09 STRUCTURE EXCAVATION
2-09.4 Measurement
The second paragraph, Horizontal Limits, is revised to read:
The horizontal limits shall be as detailed in the Plans.
The second sentence of the paragraph titled, Shoring or Extra Excavation, is revised to read:
Shoring or Extra Excavation Class B will be measured by the linear foot.
2-09.5 Payment
Revise the item:
"Shoring or Extra Excavation Class B", per square foot
To read:
"Shoring or Extra Excavation Class B", per linear foot.
Revise the two paragraphs immediately following the above item as follows:
Replace "per square foot", wherever it appears, with "per linear foot".
DIVISION 4
BASES
4-06 ASPHALT TREATED BASE
4-06.2 Materials
Section 4-06.2 is supplemented with the following:
(October 25, 1999)
The grade of paving asphalt used in asphalt treated base shall be PG *** 64-28 *** unless
otherwise ordered by the Engineer.
127
DIVISION 5
SURFACE TREATMENTS AND PAVEMENTS
5.04 HOT MIX ASPHALT
(,*)
Section 5-04 is revised in its entirety to read:
5-04.1 Description
This work shall consist of providing and placing one or more layers of plant -mixed hot mix
asphalt (HMA) on a prepared foundation or base in accordance with these Specifications
and the lines, grades, thicknesses, and typical cross-sections shown in the Plans.
HMA shall be composed of asphalt binder and mineral materials as may be required, mixed
in the proportions specified to provide a homogeneous, stable, and workable mixture.
HMA Class A, Class B, Class D, Class F, and Class G are designated as leveling or wearing
courses. HMA Class E is designated as a pavement base course. With the exception of
HMA Class D, all mixtures are considered dense graded HMA.
5-04.2 Materials
Materials shall meet the requirements of the following sections:
Asphalt Binder 9-02.1(4)
Cationic Emulsified Asphalt 9-02.1(6)
Anti -Stripping Additive 9-02.4
Aggregates 5-04.3(8)A2
Blending Sand 9-03.8(4)
Mineral Filler 9-03.8(5)
The contract documents may establish that the various mineral materials required for the
manufacture of HMA will be furnished in whole or in part by the Contracting Agency. If the
documents do not establish the furnishing of any of these mineral materials by the
Contracting Agency, the Contractor shall be required to furnish such materials in the
amounts required for the designated mix. Mineral materials include coarse and fine
aggregates, blending sand, and mineral filler.
The Contractor shall have the option of utilizing recycled asphalt pavement (RAP) in the
amount up to 20 percent of total aggregate weight in combination with new aggregate in the
production of HMA. The RAP may be from HMA removed under the contract, if any, or old
HMA from an existing stockpile. Recycled materials shall not be used in HMA Class D.
When aggregates or a source for the production of aggregates is provided by the
Contracting Agency, the approximate percentage of asphalt binder required in the mixture
for the particular class of pavement will be set forth in the special provisions. The percentage
is based upon a midline gradation mix design for the source provided.
The grade of asphalt binder shall be as required by the contract. Prior to the submittal of the
mix design, the Contractor shall provide a written designation of the grade of PG asphalt
binder to be used. The Contractor may propose the substitution of alternate grades of
performance grade (PG) asphalt binder at no cost to the Contracting Agency. The proposal
will be approved if the proposed alternate asphalt binder has an average 7 -day maximum
pavement design temperature that is equal to or higher than the specified asphalt binder and
has a minimum pavement design temperature that is equal to or lower than the specified
asphalt binder. The substituted alternate grade of asphalt binder shall be used in all HMA
contract items of the same class and originally specified grade of asphalt binder. Blending
of asphalt binder from different sources is not permitted.
128
1
1
1
1
1
1
1
1
1
1
1
Production of aggregates shall comply with the requirements of Section 3-01.
Preparation of stockpile site, the stockpiling of aggregates, and the removal of aggregates
from stockpiles shall comply with the requirements of Section 3-02.
5-04.3 Construction Requirements
5-04.3(1) HMA Mixing Plant
Plants used for the preparation of HMA shall conform to the following requirements:
1. Equipment for Preparation of Asphalt Binder. Tanks for the storage of
asphalt binder shall be equipped to heat and hold the material at the required
temperatures. The heating shall be accomplished by steam coils, electricity,
or other approved means so that no flame shall be in contact with the storage
tank. The circulating system for the asphalt binder shall be designed to
ensure proper and continuous circulation during the operating period. A valve
for the purpose of sampling the asphalt binder shall be placed in either the
storage tank or in the supply line to the mixer.
2. Thermometric Equipment. An armored thermometer, capable of detecting
temperature ranges expected in the HMA mix, shall be fixed in the asphalt
binder feed line at a location near the charging valve at the mixer unit. The
thermometer location shall be convenient and safe for access by inspectors.
The plant shall also be equipped with an approved dial -scale thermometer, a
mercury actuated thermometer, an electric pyrometer, or another approved
thermometric instrument placed at the discharge chute of the drier to
automatically register or indicate the temperature of the heated aggregates.
This device shall be in full view of the plant operator.
3 Sampling and Testing of Mineral Materials. The HMA plant shall be
equipped with a mechanical sampler for the sampling of the mineral
materials. The mechanical sampler shall meet the requirements of Section1-
05.6 for crushing and screening operation.
' The contractor shall provide sufficient space as required for the setup and
operation of the field testing facilities of the Contracting Agency.
1
1
1
1
1
1
1
5-04.3(2) Hauling Equipment
Trucks used for hauling HMA shall have tight, clean, smooth metal beds and shall have
a cover of canvas or other suitable material of sufficient size to protect the mixture from
adverse weather. Whenever the weather conditions include (or are forecast to include)
during the workshift precipitation or an air temperature less than 45°F, the canvas cover
shall be securely attached to protect the HMA.
In order to prevent the HMA mixture from adhering to the hauling equipment, truck
beds are to be sprayed with an environmentally benign release agent. Excess release
agent shall be drained prior to filling hauling equipment with HMA. Petroleum
derivatives or other coating materials that contaminate or alter the characteristics of the
HMA shall not be used. ' For hopper trucks, the conveyer shall be in operation during
the process of applying the release agent.
5-04.3(3) Hot Mix Asphalt Pavers
HMA pavers shall be self-contained, power -propelled units, provided with an internally -
heated vibratory screed or strike -off assembly and shall be capable of spreading and
finishing courses of HMA plant mix material in lane widths required by the paving
section shown in the Plans.
129
The screed or strike -off assembly shall effectively produce a finished surface of the
required evenness and texture without tearing, shoving, segregating, or gouging the
mixture. Extensions will be allowed provided they produce the same results, including
ride, density, and surface texture as obtained by the primary screed or strike off
assembly. Extensions without, augers, vibration and heated screeds shall not be used
in the traveled way.
When laying HMA, the paver shall be operated at a uniform forward speed consistent
with the plant production rate and roller train capacity to result in a continuous
operation. The auger speed and flight gate opening shall be adjusted to coordinate with
the operation.
The paver shall be equipped with automatic screed controls with sensors for either or
both sides of the paver. The controls shall be capable of sensing grade from an outside
reference line, sensing the transverse slope of the screed, and providing automatic
signals that operate the screed to maintain the desired grade and transverse slope.
The sensor shall be constructed so it will operate from a reference line or a mat
referencing device.
The transverse slope controller shall be capable of maintaining the screed at the
desired slope within plus or minus 0.1 percent. The paver shall be equipped with
automatic feeder controls, properly adjusted to maintain a uniform depth of material
ahead of the screed.
Manual operation of the screed will be permitted in the construction of irregularly
shaped and minor areas. These areas include, but are not limited to, gore areas, road
approaches, tapers and left -turn channelization.
When specified in the contract, reference lines for vertical control will be required.
Lines shall be placed on both outer edges of the traveled way of each roadway.
Horizontal control utilizing the reference line will be permitted. The grade and slope for
intermediate lanes shall be controlled automatically from reference lines or by means of
a mat referencing device and a slope control device. When the finish of the grade
prepared for paving is superior to the established tolerances and when, in the opinion
of the Engineer, further improvement to the line, grade, cross-section, and smoothness
can best be achieved without the use of the reference line, a mat referencing device
may be substituted for the reference line. Substitution of the device will be subject to
the continued approval of the Engineer. A joint matcher may be used subject to the
approval of the Engineer. The reference line may be removed after the completion of
the first course of HMA when approved by the Engineer. Whenever the Engineer
determines that any of these methods are failing to provide the necessary vertical
control, the reference lines will be reinstalled by the Contractor.
The Contractor shall furnish and install all pins, brackets, tensioning devices, wire, and
accessories necessary for satisfactory operation of the automatic control equipment.
If the paving machine in use is not providing the required finish, the Project Engineer
may suspend work as allowed by Section 1-08.6. Any cleaning or solvent type liquids
spilled on the pavement shall be thoroughly removed before paving proceeds.
5-04.3(4) Rollers
Rollers shall be of the steel wheel, vibratory, or pneumatic tire type, in good condition
and capable of reversing without backlash. Operation of the roller shall be in
accordance with the manufacturer's recommendations. When ordered by the Project
Engineer for any roller planned for use on the project, the Contractor shall provide a
copy of the manufacturer's recommendation for the use of that roller for compaction of
HMA. The number and weight of rollers shall be sufficient to compact the mixture in
compliance with the requirements of Section 5-04.3(10). The use of equipment that
130
results in crushing of the aggregate will not be permitted. Rollers producing pickup,
washboard, uneven compaction of the surface, displacement of the mixture or other
undesirable results will not be used.
5-04.3(5) Conditioning of Existing Surface
When the surface of the existing pavement or old base is irregular, the Contractor shall
bring it to a uniform grade and cross-section as shown on the plans or approved by the
Engineer.
Preleveling of uneven or broken surfaces over which HMA is to be placed may be
accomplished by using an asphalt paver, a motor patrol grader, or by hand raking, as
approved by the Engineer.
5-04.3(5)A Preparation of Existing Surfaces
Before construction of HMA on an existing paved surface, the entire surface of the
pavement shall be clean. All fatty asphalt patches, grease drippings, and other
objectionable matter shall be entirely removed from the existing pavement. All
pavements or bituminous surfaces shall be thoroughly cleaned of dust, soil, pavement
grindings, and other foreign matter. All holes and small depressions shall be filled with
an appropriate class of HMA mix and the surface of the patched area shall be leveled
and compacted thoroughly.
A tack coat of asphalt shall be applied to all paved surfaces on which any course of
HMA is to be placed or abutted. Tack coat shall be uniformly applied to cover the
existing pavement with a thin film of residual asphalt free of streaks and bare spots. A
heavy application of tack coat will be applied to all joints. For roadways open to traffic,
the application of tack coat shall be limited to surfaces that will be paved during the
same working shift. The spreading equipment shall be equipped with a thermometer to
indicate the temperature of the tack coat material.
Equipment shall not operate on tacked surfaces until the tack has broken and cured. If
the Contractor's operation damages the tack coat it shall be repaired prior to placement
of the HMA.
Unless otherwise approved by the Engineer, the tack coat shall be CSS -1, CSS -1 h, or
STE-1 emulsified asphalt. The CSS -1 and CSS -1h emulsified asphalt may be diluted
with water at a rate not to exceed one part water to one part emulsified asphalt. The
emulsified asphalt shall not exceed the maximum temperature recommended by the
emulsified asphalt manufacturer.
5-04.3(5)B Preparation of Untreated Roadway
When designated in the plans the existing roadway shall be prepared and the roadway
primed as provided in Section 5-02.3(2)A, except that only one application of asphalt
and one application of aggregate, which shall conform to aggregate for HMA Class B
as listed in Section 5-04.3(8) or other granular materials approved by the Engineer, will
be required. All other provisions of Section 5-02 pertaining to bituminous surface
treatment Class A shall apply, except as hereinafter modified.
The prime coat shall be applied over the full length of the project, and HMA shall not be
placed until the prime coat has cured for 5 days unless otherwise approved by the
Engineer.
Should any holes, breaks, or irregularities develop in the roadway surface after the
prime coat has been applied, they shall be patched with HMA, as described in Section
5-04.3(5)A, in advance of placing the HMA. The Contractor shall maintain the
completed prime coat by blading or brooming with equipment and procedures approved
by the Engineer, until the HMA pavement is placed.
131
After the maintenance, patching or repair work has been completed and immediately
prior to placing the HMA, the surface of the prime coat shall be swept clean of all dirt,
dust, or other foreign matter.
When the prime coat application is not specified in the Special Provisions or shown in
the Plans, the Contractor shall prepare the untreated roadway as described above and
shall omit the prime coat treatment. The HMA shall be constructed on the prepared
subgrade.
In areas used as turnouts or which will receive heavy service, the Engineer may order a
change in the grade to provide a greater depth of pavement.
The Contractor shall prepare untreated shoulders and traffic islands by blading and
compacting to provide a sound base for paving and shall omit the prime coat treatment.
The HMA shall be constructed on the prepared subgrade.
If the Contractor protects the completed untreated surfacing materials to the degree
that the surface meets the requirements of Section 5-02.3(2)A at the time of
construction of the prime coat or the construction of the pavement if the prime coat is
not required, the Contractor will not be required to perform the work specified in Section
5-02.3(2)A but shall be compensated for the item of work preparation of untreated
roadway.
5-04.3(5)C Crack Sealing
When the proposal includes a pay item for crack sealing, all cracks and joints '4 -inch
and greater in width shall be cleaned with a stiff -bristled broom and compressed air and
then shall be filled completely with sand slurry.
The sand slurry shall consist of approximately 20 percent CSS -1 emulsified asphalt,
approximately 2 percent Portland cement, water (if required), and the remainder clean
U.S. No. 4-0 paving sand. The components shall be thoroughly mixed and then poured
into the cracks and joints until full. The following day, any cracks or joints that are not
completely filled shall be topped off with additional sand slurry. After the sand slurry is
placed, the filler shall be struck off flush with the existing pavement surface and allowed
to cure. The HMA overlay shall not be placed until the slurry has fully cured. The
requirements of 1-06 will not apply to the Portland cement and paving sand used in the
Sand Slurry.
5-04.3(5)D Soil Residual Herbicide
Where shown in the Plans, the Contractor shall apply one application of an approved
soil residual herbicide. Paving shall begin within 24 hours after application of the
herbicide. Any area that has not been paved within the time limit or that has been
rained on, shall be treated again at the Contractor's expense. The herbicide shall be
applied uniformly in accordance with the manufacturer's recommendations.
The material to be used shall be registered with the Washington State Department of
Agriculture for use under pavement. Before use, the Contractor shall receive approval
of the material to be used and the proposed rate of application, from the Engineer. The
following information shall be included in the request for approval of the material: Brand
name of the material, manufacturer, Environmental Protection Agency (EPA)
registration number, material safety data sheet, and proposed rate of application.
5-04.3(5)E Pavement Repair
The Contractor shall excavate pavement repair areas and shall backfill these with HMA
in accordance with the details shown in the Plans and as staked.
132
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
The actual excavation depth may vary to a maximum depth of 1 -foot maximum,
depending upon where stable foundation material is encountered, as determined by the
Engineer.
The minimum width of any pavement repair area shall be 3 feet unless shown
otherwise in the Plans. All pavement repair areas shall be sawcut before removal, or
shall be removed by a pavement grinder approved by the Engineer.
Asphalt for tack coat shall be required as specified in Section 5-04.3(5)A, and shall be
applied to all edges of existing pavement in the pavement repair area.
The Contractor shall excavate only within one lane at a time. The areas shall be
excavated, backfilled, and compacted within the same day's working shift, in
accordance with the details shown in the Plans and to the satisfaction of the Engineer.
Excavated materials will become the property of the Contractor for disposal off the right
of way.
The Contractor shall conduct the excavation operations in a manner that will protect the
pavement areas not designated to be removed. Pavement not designated to be
removed that is damaged as a result of the Contractor's operations shall be repaired by
the Contractor to the satisfaction of the Engineer at no cost to the Contracting Agency.
Placement of the HMA backfill shall be accomplished in lifts. Each lift shall not exceed
0.35 foot compacted depth. Compaction shall be accomplished by mechanical tamper
or a roller as approved by the Engineer.
HMA for pavement repair shall be HMA Class A, B, E, or F at the Contractor's option,
unless otherwise specified in the contract.
5-04.3(6) Heating of Asphalt Binder
The temperature of the asphalt binder shall not exceed the maximum recommended by
the asphalt binder manufacturer. The asphalt binder shall be heated in a manner that
will avoid local variations in heating. The heating method shall provide a continuous
supply of asphalt binder to the mixer at a uniform average temperature with no
individual variations exceeding 25°F.
5-04.3(7) Preparation of Aggregates
The aggregates shall be stockpiled according to the requirements of Section 3-02.
Sufficient storage space shall be provided for each size of aggregate. The aggregates
shall be removed from stockpile(s) in a manner to ensure a minimum of segregation
when being moved to the HMA plant for processing into the final mixture. Different
aggregate sizes shall be kept separated until they have been delivered to the HMA
plant.
5-04.3(7)A Mix Design
The Contractor shall obtain representative samples from mineral aggregate stockpiles,
and blend sand sources to be used for HMA production and submit them for
development of a mix design. Sample submittal shall include asphalt binder grade and
sources, production mix gradation and combining ratios of mineral aggregate stockpiles
and blend sand that will be used in production. This will be the basis for the mix design
and job mix formula. The Contractor shall allow 20 calendar days for this approval and
design once the aforementioned information and material has been received. Additional
time may be required if the proportions will not make an adequate design as
determined by the Engineer, or if the Contractor requests more than one asphalt binder
source approval. The Contractor is also advised that production of the HMA shall not
commence until the job mix formula has been established. Adjustments to the job mix
formula may be made per Basis of Acceptance.
133
The Contractor shall obtain the Engineer's approval prior to changing the source of
asphalt binder during the production of HMA. Blending of different asphalt binder
grades sources will not be permitted.
5-04.3(8) Mixing
After the required amounts of mineral materials and asphalt binder have been
introduced into the mixer the HMA shall be mixed until a complete and uniform coating
of the particles and a thorough distribution of the asphalt binder throughout the mineral
materials is ensured.
When discharged, the temperature of the HMA shall not exceed the maximum
temperature recommended by the asphalt binder manufacturer. A maximum water
content of 2 percent in the mix, at discharge, will be allowed providing the water causes
no problems with handling, stripping, or flushing. If the water in the HMA causes any of
these problems, the moisture content shall be reduced as directed by the Project
Engineer.
Storing or holding of the HMA in approved storage facilities will be permitted during the
daily operation but in no event shall the HMA be held for more than 24 hours. HMA
held for more than 24 hours after mixing shall be rejected. Rejected HMA shall be
disposed of by the Contractor at no expense to the Contracting Agency. The storage
facility shall have an accessible device located at the top of the cone or about the third
point. The device shall indicate the amount of material in storage. No HMA shall be
accepted from the storage facility when the HMA in storage is below the top of the cone
of the storage facility, except as the storage facility is being emptied at the end of the
working shift.
5-04.3(8)A Acceptance Sampling and Testing -HMA Mixture
1. General. Acceptance of HMA shall be as provided under statistical evaluation,
nonstatistical evaluation or commercial evaluation. Determination of statistical
evaluation, nonstatistical evaluation or commercial evaluation shall be based on
proposal quantities and shall consider the total of all bid items involving HMA of a
specific class.
Dense graded mixes (HMA Classes A, B, E, F, and G) will be evaluated for quality
of gradation and asphalt binder content.
Open graded mixes (HMA pavement Class D) will be evaluated for quality of
gradation only, based on samples taken from the cold feed.
Nonstatistical Evaluation will be used for HMA.
Statistical Evaluation procedures will apply only to contracts that specify statistical
evaluation in the contract Special Provisions.
Statistical Evaluation will be administered under the provisions of Section 5-
04.5(1) for Quality Assurance Price Adjustments and evaluation of quality.
Commercial Evaluation will be used for Commercial HMA and for other classes of
HMA in the following applications: sidewalks, road approaches, ditches, slopes,
paths, trails, gores and other nonstructural applications as approved by the Project
Engineer. The contractor shall select a class of HMA appropriate for the required
use. The Project Engineer will determine anti -strip requirements for the HMA.
Sampling and testing of HMA accepted by commercial evaluation will be at the
option of the Project Engineer. The proposal quantity of HMA that is accepted by
134
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
commercial evaluation will be excluded from the quantities used in the
determination of statistical and nonstatistical evaluation.
2 Aggregates.
A. General Requirements. Aggregates for HMA shall be manufactured from
ledge rock, talus, or gravel in accordance with Section 3-01. The material
from which they are made shall meet the following test requirements:
Los Angeles Wear, 500 Revs
Degradation Factor, Wearing Course
Degradation Factor, Other Courses
30% max
30 min
20 min
It shall be uniform in quality, substantially free from wood, roots, bark,
extraneous materials, and adherent coatings. The presence of a thin, firmly
adhering film of weathered rock will not be considered as coating unless it
exists on more than 50% of the surface area of any size between consecutive
laboratory sieves.
Aggregate removed from deposits contaminated with various types of wood
waste shall be washed, processed, selected or otherwise treated to remove
sufficient wood waste so that oven—dried material retained on a U.S. No. 4
sieve shall not contain more than 0.1% by weight of material with a specific
gravity less than 1.0.
B. Test Requirements. Aggregate for HMA shall meet the following test
requirements:
Fracture, by weight (See Note)
Sand Equivalent Min. 45 45 --- 45 35 45
Class of HMA
A BDEF G
1 2 3 4 4 2
1The fracture requirements are at least one fractured face on 90 percent
of the material retained on each specification sieve size U.S. No. 10 and
above, if that sieve retains more than 5 percent of the total sample.
2The fracture requirements are at least one fractured face on 75 percent
of the material retained on each specification sieve size U.S. No. 10 and
above, if that sieve retains more than 5 percent of the total sample.
3The fracture requirements are at least two fractured faces on 75
percent and at least one fractured face on 90 percent of the material
retained on each specification sieve, U.S. No. 8 and above, if that sieve
retains more than 5 percent of the total sample.
4The fracture requirements are at least one fractured face on 50 percent
of the material retained on each specification sieve size U.S. No. 10 and
above, if that sieve retains more than 5 percent of the total sample.
When material is being produced and stockpiled for use on a specific contract
or for a future contract, the fracture and sand equivalent requirements shall
apply at the time of stockpiling. When material is used from a stockpile that
has not been tested as provided above, the requirements for fracture and
sand equivalents shall apply at the time of its introduction to the cold feed of
the mixing plant.
The properties of the aggregate in a preliminary mix design for HMA shall be
such that, when it is combined within the limits set forth in Proportions of
135
Materials and mixed in the laboratory with the designated grade of asphalt
binder, HMA mixtures with the following test values can be produced:
Class of HMA
A B D E F G
Stabilometer Value Min. 37 35 35 35 35
Cohesiometer Value Min. 100 100 100 50 100
Percent Air Voids 2-4.5 2-4.5 2-4.5 2-4.5 2-4.5
Modified Lottman
Stripping Test Pass Pass Pass Pass Pass Pass
C. Gradation. The materials of which HMA is composed shall be of such sizes,
gradings, and quantities that, when proportioned and mixed together, they
will produce a well graded mixture within the requirements listed in the table
which follows.
The percentages of aggregate refers to completed dry mix, and includes
mineral filler when used.
Grading Requirements
Class A Class D Class E Class F Class G
Sieve Size and B Percent Passing
114 square 100 ---
1 square 90-100 ---
34 square 100 100
5 8 square 67-86 ---
12 square 90-100 100 60-80 80-100 100
3 8 square 75-90 97-100 --- 97-100
U.S. No. 4 46-66 30-50 34-56 38-70 50-78
U.S. No. 8 5-15
U.S. No. 10 30-42 25-40 30-50 32-53
U.S. No. 40 11-24 -- 10-23 --- 11-24
U.S. No. 200 3.0-7.0 2.0-5.0 2.0-9.0 2.0-8.0 3.0-7.0
5-04.(8)B Basis of Acceptance
1. HMA will be accepted based on its conformance to the project job mix formula
(JMF). For the determination of a project JMF, the Contractor shall submit to the
Engineer, representative samples of the various aggregates and blend sand to be
used along with the gradation data showing the various aggregate stockpile
averages and the proposed combining ratios and the average gradation of the
completed mix. Based on this submittal from the Contractor, the Engineer will
determine the asphalt binder content, anti -strip requirement, and ignition furnace
correction factor in the mix design process. Using the representative samples
submitted and proposed proportion of each, trial mix tests will be run to determine
the percentage of asphalt binder, by weight, to be added. The JMF thus
established shall be changed only upon order of the Engineer.
The intermingling of HMA mixtures produced from more than one JMF is
prohibited. Each strip of HMA pavement placed during a working shift shall
conform to a single job mix formula established for the class of HMA specified
unless there is a need to make an adjustment in the JMF.
No HMA shall be produced for use on the project until the amount of asphalt
binder and anti -strip additive to be added has been established.
2. Job Mix Formula — Statistical Acceptance
136
The average gradation of the completed HMA mix submitted by the Contractor in
the mix design proposal, as required in Gradation and the resulting Mix Design
Recommendations, shall be the JMF. Any change or adjustment of percentages in
any constituent of the JMF creates a new JMF
3. Job Mix Formula Tolerances and Adjustments
A. Tolerances — Statistical Acceptance. After the JMF is determined, the
several constituents of the mixture at the time of acceptance shall conform to
the following tolerances:
Constituent of Mixture
Aggregate passing 1", 3/4",
5/8", 1/2", and 3/8" sieves
Proportions of Materials
Aggregate passing No. 4 sieve
Aggregate passing No. 10 sieve
Aggregate passing No. 40 sieve
Aggregate passing No. 200 sieve
Asphalt cement
Tolerance Limits
The tolerance limit for each
mix constituent shall not
exceed the broad band
specification limits specified
in 5-04.3(8)C except
the tolerance limits for sieves
designated as 100% passing
will be 99-100.
Broad band specification
limits Section 5-04.3(8)C
± 6%
± 5%
± 4%
± 2.0%
± 0.5%
For open graded mix: Tolerance limits shall be for aggregate gradation only
and shall be as specified in Proportions of Materials.
B. Tolerances — Nonstatistical Acceptance. After the JMF is determined, the
constituents of the mixture at the time of acceptance shall conform to the
range of the proportion specified in the broad band specifications in for
gradation and the design mix asphalt binder content plus or minus
0.7 percent.
C. Adjustments
1. Aggregates. Upon written request from the Contractor, the Project
Engineer may approve field adjustments to the JMF including the
Contractor's proposed combining ratios for mineral aggregate stockpiles
and blend sand. The maximum allowed gradation change shall be
2 percent for the aggregate retained on the No. 10 sieve and above,
1 percent for the aggregate passing the No. 10 and No. 40 sieves, and
0.5 percent for the aggregate passing the No. 200 sieve. Blend sand
may be changed a maximum of 5 percent. The above adjustments
and/or any further adjustments as ordered by the Engineer will be
considered as a new JMF. Adjustments beyond these limits will require
development of a new JMF. The adjusted JMF plus or minus the
allowed tolerances shall be within the range of the broad band
specifications.
2. Asphalt Binder Content. The Project Engineer may order or
approve the Contractor's request to change asphalt binder
content a maximum of 0.3 percent from the approved JMF. No
field adjustments of the JMF relative to the asphalt binder
137
content exceeding 0.3 percent from the initial JMF will be
made without the approval of the Materials Engineer.
D. Commercial HMA Acceptance. The contractor shall submit a certification that
the mix design submitted meets the requirements of Proportions of Materials.
Verification of the mix design by the Contracting Agency is not required. The
Project Engineer will determine anti -strip requirements for the HMA.
4. Hot Mix Asphalt Mixture
A. Sampling
1. A sample will not be obtained from either the first or last 25 tons of mix
produced in each production shift.
2. Samples for compliance of gradation and asphalt binder content will be
obtained on a random basis from the hauling vehicle. The Contractor
shall provide adequate platforms to enable samples to be obtained in
accordance with WAQTC FOP for AASHTO T 168. The platforms shall
allow the sample to be taken without the Engineer entering the hauling
vehicle.
B Definition of Sampling Lot and Sublot. For the purpose of acceptance
sampling and testing, a lot is defined as the total quantity of material or work
produced for each job mix formula (JMF), placed and represented by
randomly selected samples tested for acceptance. All of the test results
obtained from the acceptance samples shall be evaluated collectively and
shall constitute a lot. Only one lot per JMF will be expected to occur. The
JMF (Job Mix Formula) is defined in Basis of Acceptance.
The Contractor may request a change in the JMF. If the request is approved,
all of the material produced up to the time of the change will be evaluated on
the basis of available tests and a new lot will begin. The quantity represented
by each sample will constitute a sublot. Sampling and testing for statistical
evaluation shall be performed on a random basis at the frequency of one
sample per sublot, with a minimum of five sublots per class of HMA. Sublot
size shall be determined to the nearest 100 tons to provide not less than five
uniform sized sublots, based on proposal quantities, with a maximum sublot
size of 800 tons.
Sampling and testing for nonstatistical evaluation shall be performed on a
random basis at a minimum frequency of one sample for each sublot of
400 tons or each day's production, whichever is least. When proposal
quantities exceed 1,200 tons for a class of HMA under nonstatistical
evaluation, sublot size shall be determined to the nearest 100 tons to provide
not less than three uniform sized sublots, based on proposal quantities, with
a maximum sublot size of 800 tons.
C. Test Results. The Engineer will furnish the Contractor with a copy of the
results of all acceptance testing performed in the field at the beginning of the
next paving shift. The Engineer will also provide the Composite Pay Factor
(CPF) of the completed sublots after three sublots have been produced. The
CPF will be provided by the midpoint of the next paving shift after sampling.
Individual acceptance sample test results (gradation and asphalt binder
content) may be challenged by the Contractor. A written challenge of the test
results by the Contractor shall be received by the Project Engineer within five
working days after receipt of the specific test results. A split of the original
138
acceptance sample shall be sent, for testing, to the Region Materials Lab or
to State Materials Lab as determined by the Engineer. The challenged
sample will not be tested with the same equipment or by the same tester that
ran the original acceptance sample. The challenge sample will be tested for a
complete gradation analysis and asphalt binder content.
The results of the challenge sample will be compared to the original results of
the acceptance sample test and evaluated according to the following criteria:
Deviation
No. 4 sieve and larger
No. 6 sieve to No. 80 sieve
No. 100 and No. 200 sieve
Asphalt binder %
±4 percent
±2 percent
±0.4 percent
±0.3 percent
If the deviation of the challenge sample is within each parameter established,
the acceptance sample will be used to determine to composite pay factor and
the cost of testing will be deducted from any monies due or that may come
due the Contractor under the contract, at the rate of $250 per test.
If the deviation of the challenge sample is outside of any one parameter
established, the challenge sample will be used to determine the composite
pay factor and the cost of testing will be the Contracting Agency's
responsibility.
D. Test Methods. Acceptance testing for compliance of asphalt binder content
will be WSDOT FOP for AASHTO Test Method T 308.
Acceptance testing for compliance of gradation will be WAQTC FOP for
AASHTO T 27&T11.
E. Reject Mixture
1. Rejection by Contractor. The Contractor may, prior to sampling, elect to
remove any defective material and replace it with new material at no
expense to the Contracting Agency. Any such new material will be
sampled, tested, and evaluated for acceptance.
2. Rejection Without Testing. The Engineer may, without sampling, reject
any batch, Toad, or section of roadway that appears defective in
gradation or asphalt binder content. Material rejected before placement
shall not be incorporated into the pavement. Any rejected section of
roadway shall be removed.
No payment will be made for the rejected materials or the removal of the
materials unless the Contractor requests that the rejected material be
tested. If the contractor elects to have the rejected material tested, a
minimum of three representative samples will be obtained and tested.
Acceptance of rejected material will be based on conformance with the
statistical acceptance specification. If the CPF for the rejected material
is Tess than 0.75, no payment will be made for the rejected material, and
in addition, the cost of sampling and testing shall be borne by the
Contractor. However, if the CPF is greater than or equal to 0.75, the
cost of sampling and testing will be borne by the Contracting Agency
and the HMA will be compensated at a CPF of 0.75. If rejection occurs
after placement and the CPF is greater than 0.75, compensation for the
rejected HMA will be at the calculated CPF with an addition of
139
25 percent of the unit contract price added for placement and removal
costs.
3. A Partial Sublot. In addition to the preceding random acceptance
sampling and testing, the Engineer may also isolate from a normal
sublot any material that is suspected of being defective in gradation or
asphalt binder content. Such isolated material will not include an original
sample location. A minimum of three random samples of the suspect
material will be obtained and tested. The material will then be evaluated
for price adjustment in accordance with the statistical evaluation section.
This material will be considered a separate lot.
4. An Entire Sublot. If an entire sublot is rejected in accordance with
Section 1-06.2, four additional random samples from this sublot will be
obtained and the sublot evaluated as an independent lot with the original
test result included as a fifth test with the new independent lot instead of
with the original lot.
5. A Lot in Progress. The Contractor shall shut down operations and shall
not resume HMA placement until such time as the Project Engineer is
satisfied that specification material can be produced:
a. When the Composite Pay Factor (CPF) of a lot in progress
drops below 1.00 and the Contractor is taking no corrective
action, or
b. When the Pay Factor (PF) for any constituent of a lot in
progress drops below 0.95 and the Contractor is taking no
corrective action, or
c. When either the PFi for any constituent or the CPF of a lot in
progress is less than 0.75.
6. An Entire Lot. An entire lot with a CPF of Tess than 0.75 will be rejected.
The designated percentage reduction as defined in Section 1-06.2(2)B
under Financial Incentive Paragraph 1, Item 3, shall be 25 percent.
5-04.3(9) Spreading and Finishing
The HMA shall be laid upon an approved surface, spread, and struck off to the grade
and elevation established. HMA pavers complying with Section 5-04.3(3) shall be used
to distribute the HMA mixture. Unless otherwise directed by the Engineer or specified in
the Plans or in the Special Provisions, the nominal compacted depth of any layer of any
course shall not exceed the following depths:
HMA Class E
HMA Class A and B
when used for Base Course
HMA Class A, B, and F
HMA Class G
HMA Class D
0.35 foot
0.35 foot
0.25 foot
0.10 foot
0.08 foot
On areas where irregularities or unavoidable obstacles make the use of mechanical
spreading and finishing equipment impractical, the paving may be done with other
equipment or by hand.
When more than one JMF is being utilized to produce HMA, the material produced for
each JMF, shall be placed by separate spreading and compacting equipment.
140
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
5-04.3(10) Compaction
5-04.3(10)A General
Immediately after the HMA mixture has been spread, struck off, and surface
irregularities adjusted, it shall be thoroughly and uniformly compacted. The completed
course shall be free from ridges, ruts, humps, depressions, objectionable marks, or
irregularities and in conformance with the line, grade, and cross-section shown in the
Plans or as established by the Engineer. If necessary, the mix design may be altered to
achieve desired results.
Compaction shall take place when the HMA is in the proper condition so that no undue
displacement, cracking, or shoving occurs. All compaction units shall be operated at
the speed, within specification limits, that will produce the required compaction. Areas
inaccessible to large compaction equipment shall be compacted by mechanical or hand
tampers. Any HMA that becomes loose, broken, contaminated, shows an excess or
deficiency of asphalt binder, or is in any way defective, shall be removed and replaced
at no additional cost with fresh HMA which shall be immediately compacted to conform
with the surrounding area.
The type of rollers to be used and their relative position in the compaction sequence
shall generally be the Contractor's option, provided specification densities are attained.
An exception shall be that the pneumatic tired roller shall be used between October 1
and April 1. Coverage's with a vibratory or steel wheel roller may precede pneumatic
tired rolling. When HMA Class D is being constructed, the use of pneumatic rollers will
not be required.
Vibratory rollers shall not be operated in the vibratory mode when the internal
temperature of the HMA is less than 175°F without permission of the Engineer. In no
case shall a vibratory roller be operated in a vibratory mode when checking or cracking
of the mat occurs at a greater temperature. Vibratory rollers in the vibratory mode are
also prohibited on bridge decks.
5-04.3(10)B Control
HMA Classes A, B, E, and F used in traffic lanes, including lanes for ramps, truck
climbing, weaving, and speed change, and having a specified compacted course
thickness greater than 0.10 foot, shall be compacted to a specified level of relative
density. The specified level of relative density shall be a Composite Pay Factor (CPF)
of not less than .75 when evaluated in accordance with Section 1-06.2(1), using a
minimum of 91.0 percent of the reference maximum density as determined by WSDOT
FOP for AASHTO T 209. The reference maximum density shall be determined as the
moving average of the most recent five determinations for the lot of HMA being placed.
The specified level of density attained will be determined by the statistical evaluation of
five nuclear density gauge tests taken in accordance with WAQTC FOP TM 8 and
WSDOT SOP T 729 on the day the HMA is placed (after completion of the finish rolling)
at locations determined by the stratified random sampling procedure conforming to
WSDOT Test Method 716 within each density lot. The quantity represented by each
density lot will be no greater than a single day's production or 400 tons, whichever is
less. The final lot for each day of paving may be increased to 600 tons.
The Engineer will furnish the Contractor with a copy of the results of all acceptance
testing performed within one working day. Acceptance of pavement compaction will be
based on the statistical evaluation and CPF so determined.
For compaction lots falling below a 1.00 pay factor and thus subject to price reduction
or rejection, cores may be used as an alternate to the nuclear density gauge tests.
When cores are taken by the Contracting Agency at the request of the Contractor, they
shall be requested by noon of the next workday after paving. The cost for the coring
expenses when the core results indicate the specified level of relative density within a
141
lot has not been achieved, will be deducted from any monies due or that may become
due the Contractor under the contract at the rate of $125 per core.
At the start of paving, the Contractor must demonstrate to the Engineer that the HMA is
compactable by constructing compaction test section(s). Test section(s) shall be
constructed using the compaction train and a variety of rolling patterns that the
Contractor expects to use in the paving operation. A test section will be considered to
have established compatibility, based on the results of three density determinations,
when the average of the three tests exceeds 92 percent of Rice or when all three tests
individually exceed 91 percent of Rice. This will require consideration of the presence
of a correlation factor for the nuclear gauge and may require final resolution after the
factor for the gauge is known. A minimum 1.00 compaction pay factor shall be used
until a gauge correlation factor is known, and until the HMA is considered compactable.
When construction of the test section(s) has demonstrated that the HMA is not
compactable, paving must stop. To resume paving, all factors contributing to
compaction shall be analyzed and Engineer approved changes made, which may
require a new mix design. When paving is resumed, the Contractor must again, as
previously defined, demonstrate that the HMA is compactable. If the Contractor does
not construct test section(s), the HMA is considered compactable and all HMA placed
will be evaluated according to Section 5-04.3(10)B.
HMA Class A, B, E, F, and G constructed under conditions other than listed above shall
be compacted on the basis of a test point evaluation of the compaction train. The test
point evaluation shall be performed in accordance with instructions from the Engineer.
The number of passes with an approved compaction train, required to attain the
maximum test point density, shall be used on all subsequent paving.
HMA Class D and preleveling HMA shall be compacted to the satisfaction of the
Engineer.
In addition to the randomly selected locations for tests of the density, the Engineer may
also isolate from a normal lot any area that is suspected of being defective in relative
density. Such isolated material will not include an original sample location. A minimum
of 5 randomly located density tests will be taken. The isolated area wilt then be
evaluated for price adjustment in accordance with the statistical evaluation section,
considering it as a separate lot.
5-04.3(11) Joints
The Contractor shall conduct operations such that the placing of the top or wearing
course is a continuous operation or as close to continuous as possible. Unscheduled
transverse joints will be allowed and the roller may pass over the unprotected end of
the freshly laid HMA only when the placement of the course must be discontinued for
such a length of time that the HMA will cool below compaction temperature. When the
work is resumed, the previously compacted HMA shall be cut back to produce a slightly
beveled edge for the full thickness of the course.
Where a scheduled transverse joint or when an unscheduled joint that must be left in
place after a workshift is being made in the wearing course, strips of heavy wrapping
paper shall be used. The wrapping paper shall be removed and the joint trimmed to a
slightly beveled edge for the full thickness of the course prior to resumption of paving.
When the transverse joint will be open to traffic a temporary wedge of HMA shall be
constructed 50H:1 V or flatter.
The material that is cut away shall be wasted and new HMA shall be laid against the
fresh cut. Rollers or tamping irons shall be used to seal the joint.
The longitudinal joint in any one course shall be offset from the course immediately
below by not more than 6 inches nor less than 2 inches. All longitudinal joints
142
constructed in the wearing course shall be located at a lane line or an edge line of the
traveled way. Except, on one -lane ramps a longitudinal joint may be constructed at the
center of the traffic lane, subject to approval by the Project Engineer, if:
1. The ramp must remain open to traffic, or
2. The ramp is closed to traffic and a hot -lap joint is constructed.
If a hot -lap joint is allowed, two paving machines shall be used; a minimum compacted
density in accordance with Section 5-04.3(10)B shall be achieved throughout the traffic
lane; and construction equipment other than rollers shall not operate on any
uncompacted HMA.
When HMA is placed adjacent to cement concrete pavement, the Contractor shall
construct longitudinal joints between the HMA and the cement concrete pavement.
The joint shall be sawed to the dimensions shown on Standard Plan A-1 and filled with
joint sealant meeting the requirements of Section 9-04.2.
5-04.3(12) Vacant
5-04.3(13) Surface Smoothness
The completed surface of all courses shall be of uniform texture, smooth, uniform as to
crown and grade, and free from defects of all kinds. The completed surface of the
wearing course shall not vary more than [1/8 inch from the lower edge of a 10 -foot
straightedge placed on the surface parallel to the centerline. The transverse slope of
the completed surface of the wearing course shall vary not more than 1/4 inch in 10 feet
from the rate of transverse slope shown in the Plans.
When deviations in excess of the above tolerances are found that result from a high
place in the HMA, the pavement surface shall be corrected by one of the following
methods:
1. Removal of material from high places by grinding with an approved grinding
machine, or
2. Removal and replacement of the wearing course of HMA, or
3. By other method approved by the Project Engineer.
Correction of defects shall be carried out until there are no deviations anywhere greater
than the allowable tolerances.
Deviations in excess of the above tolerances that result from a low place in the HMA
and deviations resulting from a high place where corrective action, in the opinion of the
Project Engineer, will not produce satisfactory results will be accepted with a price
adjustment. The Project Engineer shall deduct from monies due or that may become
due to the Contractor the sum of $500.00 for each and every section of single traffic
lane 100 feet in length in which any excessive deviations described above are found.
When Portland cement concrete pavement is to be placed on HMA, the surface
tolerance of the HMA shall be such that no surface elevation lies above the plan grade
minus the specified plan depth of Portland cement concrete pavement. Prior to placing
the Portland cement concrete pavement, any such irregularities shall be brought to the
required tolerance by grinding or other means approved by the Project Engineer.
When utility appurtenances such as manhole covers and valve boxes are located in the
traveled way, the roadway shall be paved before the utility appurtenances are adjusted
to the finished grade.
143
5-04.3(14) Planing Bituminous Pavement
The surface of existing pavements or the top surface of subsurface courses shall be
planed to remove irregularities and to produce a smooth surface
Planing shall be performed in such a manner that the underlying pavement is not torn,
broken, or otherwise damaged by the planing operation. The surface of the underlying
pavement shall be slightly grooved or roughened sufficiently to ensure a bond when
overlaid.
The planings shall become the property of the Contractor and shall be removed from
the right-of-way. The planings may be utilized as RAP, within the requirements of
Section 5-04.2 or 9-03.21. The Contractor shall dispose of all other debris resulting
from the planing operation in a Contractor -provided site off the right-of-way.
For mainline planing operations, the equipment shall have automatic controls, with
sensors for either or both sides of the equipment. The controls shall be capable of
sensing the proper grade from an outside reference line, or a mat -referencing device.
The automatic controls shall also be capable of maintaining the desired transverse
slope. The transverse slope controller shall be capable of maintaining the mandrel at
the desired slope (expressed as a percentage) within plus or minus 0.1 percent.
5-04.3(15) HMA Road Approach
HMA approaches shall be constructed at the locations shown in the Plans or where
staked by the Project Engineer. The work shall be performed in accordance with
Section 5-04.
5-04.3(16) Weather Limitations
HMA for wearing course shall not be placed on any traveled way between October 1 of
any year and April 1 of the following year without written approval from the Project
Engineer.
Asphalt for prime coat shall not be applied when the ground temperature is lower than
50°F, without written permission of the Engineer.
HMA Class D shall not be placed when the air temperature is Tess than 60°F.
HMA shall not be placed on any wet surface, or when the average surface
temperatures are less than those specified in the following table, or when weather
conditions otherwise prevent the proper handling or finishing of the HMA mixtures:
Surface Temperature Limitations
Compacted Thickness Sub -Surface
(Feet) Surface Course Courses
Less than 0.10 55 F 55 F
0.10 to 0.20 45 F 35 F
0.21 to 0.35 35 F 35 F
More than 0.35 DNA 25 F*
*Only on dry subgrade, not frozen and when air temperature is rising.
5-04.3(17) Paving Under Traffic
When the roadway being paved is open to traffic, the following requirements shall
apply:
The Contractor shall keep on -ramps and off -ramps open to traffic at all times
except when paving the ramp or paving across the ramp. During such time, and
provided that there has been an advance warning to the public, the ramp may be
closed for the minimum time required to place and compact the HMA. In hot
144
weather, the Project Engineer may require the application of water to the
pavement to accelerate the finish rolling of the pavement and to shorten the time
required before reopening to traffic.
Before closing a ramp, advance warning signs shall be placed and signs shall also
be placed marking the detour or alternate route. Ramps shall not be closed on
consecutive interchanges at the same time.
During paving operations, temporary pavement markings shall be maintained
throughout the project. Temporary pavement markings shall be installed on the
roadway prior to opening to traffic. Temporary pavement markings shall be in
accordance with Section 8-23.
All costs in connection with performing the work in accordance with these
requirements, except the cost of temporary pavement markings, shall be included
in the unit contract prices for the various bid items involved in the contract.
5-04.3(18) Vacant
5-04.3(19) Sealing of Pavement Surfaces
Where shown in the Plans, the Contractor shall apply a fog seal. Before application of
the fog seal all surfaces shall be thoroughly cleaned of dust, soil, pavement grindings,
and other foreign matter. The fog seal shall be CSS -1 or CSS -1h uniformly applied to
the pavement free of streaks and bare spots at the rate 0.03 to 0.05 residual gallons
per square yard. The emulsified asphalt shall be diluted at a rate of one part water to
one part emulsified asphalt unless otherwise directed by the Engineer. The emulsified
asphalt shall be applied within the temperature range specified in Section 5-02.3(3).
Unless otherwise approved by the Project Engineer, the fog seal shall be applied prior
to opening to traffic.
5-04.3(20) Anti -Stripping Additive
When directed by the Engineer, an anti -stripping additive shall be added to the HMA
material in accordance with Section 9-02.4.
5-04.3(21) Asphalt Binder Revision
When the Contracting Agency provides a source of aggregate, the expected
percentage content of new asphalt binder in the resulting HMA will be identified in the
contract documents.
Should the actual percentage of new asphalt binder required by the job mix formula for
HMA produced with Agency -provided aggregate vary by more than plus or minus 0.3
percent from the amount shown in the documents, an adjustment in payment will be
made. The adjustment in payment (plus or minus) will be based on the invoice cost to
the Contractor. No adjustment will be made when the Contractor elects not to use a
Contracting Agency -provided source, or when no source is made available by the
Contracting Agency.[Added for PG binders]
5-04.4 Measurement
HMA Cl. _ PG _ or HMA for _ Cl. _ PG _ or Commercial HMA will be measured
by the ton in accordance with Section 1-09.2, with no deduction being made for the weight of
asphalt binder, blending sand, mineral filler, or any other component of the HMA.
If the Contractor elects to remove and replace HMA as allowed by Section 5-04.3(8)A, the
material removed will not be measured.
Preparation of Untreated Roadway will be measured by the mile once along the centerline
of the main line roadway. No additional measurement will be made for ramps, auxiliary
145
lanes, service roads, frontage roads, or shoulders. Measurement will be to the nearest 0.01
mile.
No specific unit of measure will apply to the force account item of Crack Sealing.
Soil Residual Herbicide will be measured by the mile for the stated width to the nearest .01
mile or by the square yard, whichever is designated in the proposal.
Pavement Repair Excavation Incl. Haul will be measured by the square yard of surface
marked prior to excavation.
Asphalt for Prime Coat will be measured by the ton in accordance with Section 1-09.2.
Prime Coat Aggregate will be measured by the cubic yard, truck measure, or by the ton,
whichever is designated in the proposal.
Asphalt For Fog Seal will be measured by the ton, before dilution, in accordance with
Section 1-09.2.
Longitudinal Joint Seals between the HMA and cement concrete pavement will be measured
by the linear foot along the line and slope of the completed joint seal.
Planing Bituminous Pavement will be measured by the square yard.
Temporary Pavement Marking will be measured by the linear foot as provided in Section 8-
23.4.
Removing Temporary Pavement Marking will be measured by the linear foot as provided in
Section 8-23.4.
Water will be measured by the M gallon as provided in Section 2-07.4.
No specific unit of measure will apply to the calculated item of Anti -Stripping Additive.
No specific unit of measure will apply to the calculated item of Job Mix Compliance Price
Adjustment.
No specific unit of measure will apply to the calculated item of Compaction Price Adjustment.
5-04.5 Payment
Payment will be made in accordance with Section 1-04.1, for each of the following bid items
that are included in the proposal:
"HMA Cl. PG ", per ton.
"HMA for Approach Cl. _ PG ", per ton.
"HMA for Preleveling Cl. PG ", per ton.
"HMA for Pavement Repair Cl. _ PG ", per ton.
"Commercial HMA", per ton.
The unit contract price per ton for "HMA Cl. _ PG ", "HMA for Approach Cl. _
PG ", "HMA for Preleveling Cl. _ PG ", "HMA for Pavement Repair Cl. _ PG
", and "Commercial HMA" shall be full compensation for all costs incurred to carry
out the requirements of Section 5-04 except for those costs included in other items
which are included in this sub -section and which are included in the proposal.
"Preparation of Untreated Roadway', per mile.
The unit contract price per mile for "Preparation of Untreated Roadway" shall be full pay
for all work described under Section 5-04.3(5)B, with the exception, however, that all
costs involved in patching the roadway prior to placement of HMA shall be included in
146
the unit contract price per ton for "HMA Cl. _ PG " which was used for patching. If
the proposal does not include a bid item for "Preparation of Untreated Roadway", the
roadway shall be prepared as specified, but the work shall be included in the contract
prices of the other items of work.
All costs for asphalt tack coat shall be included in the unit contract price per ton of the
HMA.
"Crack Sealing", by force account.
"Crack Sealing" will be paid for by force account as specified in Section 1-09.6. For the
purpose of providing a common proposal for all bidders, the Contracting Agency has
entered an amount in the proposal to become a part of the total bid by the Contractor.
"Soil Residual Herbicide ft. Wide," per mile, or
"Soil Residual Herbicide", per square yard.
The unit contract price per mile or per square yard for "Soil Residual Herbicide" shall be
full payment for all costs incurred to obtain, provide and install herbicide in accordance
with Section 5-04.3(5)D.
"Pavement Repair Excavation Incl. Haul", per square yard.
The unit contract price per square yard for "Pavement Repair Excavation Incl. Haul"
shall be full payment for all costs incurred to perform the work described in Section 5-
04.3(5)E.
"Asphalt for Prime Coat", per ton.
The unit contract price per ton for "Asphalt for Prime Coat" shall be full payment for all
costs incurred to obtain, provide and install the material in accordance with Section 5-
04.3(5)B.
"Prime Coat Aggregate", per cubic yard, or per ton.
The unit contract price per cubic yard or per ton for "Prime Coat Agg." shall be full pay
for furnishing, loading, and hauling aggregate to the place of deposit and spreading the
aggregate in the quantities required by the Engineer.
"Asphalt for Fog Seal", per ton.
The unit contract price per ton for "Asphalt for Fog Seal" shall be full pay for all costs of
material, labor, tools, and equipment necessary for the application of the fog seal as
specified. If there is no bid item and a fog seal is required, it shall be applied and the
work shall be included in the unit contract prices of the other work items.
"Longitudinal Joint Seal", per linear foot.
The unit contract price per linear foot for "Longitudinal Joint Seal" shall be full payment
for all costs incurred to perform the work described in Section 5-04.3(11).
"Planing Bituminous Pavement", per square yard.
The unit contract price per square yard for "Planing Bituminous Pavement" shall be full
payment for all costs incurred to perform the work described in Section 5-04.3(14).
"Temporary Pavement Marking", per linear foot.
Payment for "Temporary Pavement Marking" is described in Section 8-23.5.
"Removing Temporary Pavement Marking", per linear foot.
Payment for "Removing Temporary Pavement Marking" is described in Section 8-23.5.
"Water", per M gallon.
Payment for' Wates'" is described in Section 2-07.5.
"Anti -Stripping Additive", by calculation.
147
"Anti -Stripping Additive" will be paid for in accordance with Section 1-09.6 except that
no overhead, profit or other costs shall be allowed. Payment shall be made only for the
invoice cost of the additive. The quantity of asphalt binder shall not be reduced by the
quantity of anti -stripping additive used. For the purpose of providing a common
proposal for all bidders, the Contracting Agency has entered an amount in the proposal
to become a part of the total bid by the Contractor.
"Job Mix Compliance Price Adjustment," by calculation.
"Job Mix Compliance Price Adjustment" will be calculated and paid for as described in
Section 5-04.5(1)A.
"Compaction Price Adjustment," by calculation.
"Compaction Price Adjustment" will be calculated and paid for as described in Section
5-04.5(1)B.
5-04.5(1) Quality Assurance Price Adjustments
All HMA will be subject to price adjustments for Quality of HMA and Quality of HMA
Compaction based on the Acceptance Plans in effect for each class of HMA within the
contract. For the purpose of providing a common proposal for all bidders, the
Contracting Agency has estimated a calculated amount for all price adjustment items
and has entered these amounts in the proposal to become a part of the total bid by the
Contractor.
5-04.5(1)A Price Adjustments for Quality of HMA
Statistical analysis of quality of gradation and asphalt binder content will be determined
based on Section 1-06.2 using the following price adjustment factors:
Table of Price Adjustment Factors
Constituent Factor "f"
All aggregate passing 1, 3/4 ,
5/8, 1/2, and 3/8 sieves 2
All aggregate passing No. 4 sieve 6
All aggregate passing No. 10 sieve 10
All aggregate passing No. 40 sieve 6
All aggregate passing No. 200 sieve 20
Asphalt cement 52
Factors for Open Graded Mix
Constituent Factor "f"
All aggregate passing 1/2 sieve 10
All aggregate passing 3/8 sieve 15
All aggregate passing No. 4 sieve 40
All aggregate passing No. 8 sieve 15
All aggregate passing No. 200 sieve 20
Note: Open graded mix shall be evaluated for gradation only. The quality
incentive multiplier for open -graded mix shall be 40 percent rather than
60.
If a constituent is not measured in accordance with these Specifications,
its individual pay factor will be considered 1.00 in calculating the
Composite Pay Factor (CPF).
1. Statistical Evaluation. For each lot of HMA produced under Statistical -
Evaluation, a Job Mix Compliance Incentive Factor (JMCIF) will be
determined. The JMCIF equals the algebraic difference between the CPF
minus 1.00 multiplied by 60 percent. The Job Mix Compliance Price
148
Adjustment will be calculated as the product of the JMCIF, the quantity of
HMA in the lot in tons, and the unit contract price per ton of HMA.
2. Nonstatistical Evaluation. Each lot of HMA produced under Nonstatistical
Evaluation and having all constituents falling within the tolerance limits of the
job mix formula shall be accepted at the unit contract price with no further
statistical evaluation. When one or more constituents fall outside the job mix
formula, the lot shall be evaluated to determine the appropriate CPF. When
Tess than three sublots exist, backup samples of the existing sublots or
samples from the street shall be tested to provide a minimum of three sets of
results for evaluation.
For each lot of HMA produced under Nonstatistical Evaluation when the
calculated CPF is less than 1.00, a Nonconforming Mix Factor (NCMF) will be
determined. The NCMF equals the difference between the CPF and unity
with regard to sign multiplied by 60 percent. The Job Mix Compliance Price
Adjustment will be calculated as the product of the NCMF, the quantity of
HMA in the lot in tons, and the unit contract price per ton of HMA.
3. Commercial Evaluation. If sampled and tested; HMA produced under
Commercial Evaluation and having all constituents falling within the tolerance
limits of the job mix formula shall be accepted at the unit contract price with
no further evaluation. When one or more constituents fall outside tolerances,
the lot shall be evaluated to determine the appropriate CPF. The tolerance
limits will be used in the calculation of the CPF and the maximum CPF shall
be 1.00. When less than three sublots exist, backup samples of the existing
sublots or samples from the street shall be tested to provide a minimum of
three sets of results for evaluation.
5-04.5(1)B Price Adjustments for Quality HMA Compaction
For each compaction control lot, a Compaction Incentive Price Adjustment Factor
(CIPAF) will be determined. The CIPAF equals the difference between the Composite
Pay Factor and unity with regard to sign multiplied by 40 percent. The Compaction
Compliance Price Adjustment will be calculated as the product of CIPAF, the quantity
of HMA in the compaction control lot in tons, and the unit contract price per ton of HMA.
149
5-05 CEMENT CONCRETE. PAVEMENT
5-05.1 Description
Section 5-05.1 is supplemented with the following:
This work also consists of furnishing and placing masonry pavers as planter brick — in place
where shown and as detailed in the Plans.
5-05.2 Materials
This section is supplemented with the following:
The masonry pavers used as planter brick shall be the cobblestone size with a running bond
pattern in the rustic blend color, as manufactured by the Mutual Materials Company, or an
approved equivalent. The concrete block pavers shall meet the specifications of ASTM C
936.
5-05.3 Construction Requirements
5-05.3(23) Masonry Pavers (New Section)
The masonry pavers used as planter brick shall be installed per the manufacturer's
specifications, and as detailed in the Plans. In areas where the outer edge of the pavers is
not adjacent to curbing, sidewalk or pavement, an approved edge restraint that meets the
manufacturer's specification shall be installed prior to the placing of the pavers.
5-05.3 Measurement
Section 5-05.4 is supplemented with the following:
Planter brick — in place will be measured by the square yard in their final location.
5-05.4 Payment
Section 5-05.5 is supplemented by the following:
"Planter Brick — In Place", per square yard.
The unit contract price per square yard for "Planter Brick — In Place" shall include all cost for
furnishing and placing the masonry pavers, including furnishing and placing the sand around
the pavers and the compacted sand layer beneath the pavers.
150
DIVISION 7
DRAINAGE STRUCTURES, STORMSEWERS,
SANITARY SEWERS, WATER MAINS AND CONDUITS
7-05 MANHOLES, INLETS, AND CATCH BASINS
7-05.1 Description
This section is supplemented with the following:
This work shall include relocating existing orchard drains and placing new pipe to connect to
an existing D.I.D. pipe.
This work shall include removing a portion of the existing concrete Irrigation standpipe and
placing a concrete slab with a manhole riser.
7-05.2 Materials
This section is supplemented with the following:
The frame and grate used in conjunction with type 1 catch basins shall be a reversible frame
and herringbone grate manufactured in accordance with Section 9-05.15(2).
7-05.3 Construction Requirements
This section is supplemented with the following:
The existing orchard drains located as shown in the Plans, which are 24 -inch diameter catch
basin, shall be removed and reset approximately 20 feet south of existing locations. A 6 -
inch diameter pipe, approximately 20 feet in length, shall be connected to the relocated
catch basin and the existing 6 -inch diameter D.I.D. pipe.
The top of the existing 60 -inch diameter concrete standpipe located on the northeast corner
of the Washington Avenue and 64th Avenue intersection shall be cleanly cut to
approximately 12 inches below the proposed roadway elevation. A 6 -inch reinforced
concrete slab, at least 12 inches wider than the diameter of the standpipe shall be
constructed over the standpipe. This reinforced slab shall not rest on the top of the
remaining irrigation standpipe. A 24 -inch diameter hole shall be provided in this new
reinforced slab to allow access to the standpipe. Concrete risers and a new cast iron
manhole ring and cover shall be placed such that the top matches finished asphalt grade
elevation. Manhole risers shall be used to adjust the cover to the proper elevation as
detailed in section 7-05.3(1). The new manhole cover shall be marked "IRRIGATION".
The second paragraph of this section is supplemented with the following:
The term drywell shall be synonymous with the term Drainage Retention Basin. The 36 -inch
diameter perforated corrugated polyethylene storm sewer pipe (smooth interior wall) used
within the drainage retention basin shall conform to Schedule A of the Storm Sewer Pipe
Schedule in Section 7-04.2 of the Standard Specifications. An 18 -inch diameter pipe
including a tee section shall be connected to the 72 -inch diameter Type 2 Catch Basin and
shall transition to a 36 -inch diameter pipe prior to connecting to the 36 -inch diameter
perforated pipe in the drainage retention basin. The drain rock shall meet the requirements
of ASTM C-33 for #4 Drain Rock (11/2" — 3/8"). Non -woven geotextile fabric shall be
wrapped around the drainage retention basin. Six -mil plastic construction sheeting shall be
placed over the top of the entire basin, and the sheeting shall extend and be anchored a
minimum of 18 inches beyond the excavation limits of the basin walls.
151
7-05.3(1) Adjusting Manholes and Catch Basins to Grade
This section is supplemented with the following:
Manholes, Catch Basins, Valve Boxes, Monument Cases and other utility castings shall be
adjusted in accordance with Section 5-04.3(13).
7-05.4 Measurement
Supplement this section with the following:
Relocate existing orchard drain and connect to D.I.D. pipe will be measured per each for
every relocated orchard drain and its reconnection to the existing D.I.D. pipe.
Remove portion of and rebuild standpipe and cover will be measured per each for every
standpipe modified.
Drainage retention basin w/36 In. diam. perf. pipe will be measured by the linear foot for the
length of perforated pipe.
Reversible frame and herringbone grate for type 1 will be measured per each for every
frame and grate furnished and installed.
7-05.5 Payment
Add the following pay items:
"Relocate Existing Orchard Drain and Connect to D.I.D. Pipe", per each.
The unit contract price per each for "Relocate Existing Orchard Drain and Connect to D.I.D.
Pipe" shall be full pay for all labor, equipment, and material required to relocate the drainage
structure an connect it to the D.I.D. pipe, including new 6 -inch diameter schedule A culvert
pipe, connecting all pipe, crushed surfacing top course for trench backfill, structure
excavation class B including haul, and shoring or extra excavation.
"Remove Portion of and Rebuild Standpipe and Cover", per each.
The unit contract price per each for `Remove Portion of and Rebuild Standpipe and Cover"
shall be full pay for all labor, equipment and material required to remove the top portion of
the standpipe, construct a reinforced concrete lid, and install a new cover, including
excavating, sawcutting, disposing of the removed portion, and providing and adjusting a
manhole riser and cover.
"Drainage Retention Basin w/36 In. Diam. Perf. Pipe", per linear foot.
The unit contract price per linear foot for "Drainage Retention Basin w/36 In. Diam. Perf.
Pipe" shall be full pay for all labor, equipment and material required for the complete
construction of the retention basin, including the perforated pipe, geotextile fabric, drain
rock, plastic construction sheeting, pipe, connections, shoring or extra excavation, and all of
the excavation and backfilling required to install the retention basins.
"Reversible Frame and Herringbone Grate for Type 1", per each.
This section is supplemented with the following:
All costs associated with furnishing and installing manholes and catch basins, including
frame and grates and adjusting them to their final grade, as described in Section 5-04.3(13),
shall be included in the unit contract price per each for the item installed.
152
7-08 GENERAL PIPE INSTALLATION REQUIREMENTS
7-08.2 Materials
Add the following:
Crushed Surfacing Top Course (for Trench Backfill)
7-08.3(1)A Trenches
This section is supplemented with the following:
Trench dewatering will be required for portions of the sanitary sewer pipe installation. It is
anticipated that dewatering will only be required between 52nd Avenue and 1000' west of
52nd Avenue. The Contractor is advised that the existing water table is approximately 10
feet higher than the required grade of the sanitary sewer pipe. It will be the Contractor's
responsibility to ensure that the sanitary sewer pipe is laid in the dry. The Contractor shall
provide the Engineer with his proposed method of dewatering the trench, and shall not begin
work until his method has been approved.
The Contractor shall not discharge water from the trenching operation directly into any
adjacent streams. The Contractor may discharge the water onto the open pasture between
existing Washington Avenue (west of the existing airport security fence) and 48th Avenue in
a flood irrigation or sprinkler discharge manner such that any suspended solids have amply
settled prior to the water reaching Spring Creek. The Contractor shall provide the Engineer
with his proposed method of water discharge, and shall not begin work until the Engineer
has approved this method.
Delete paragraph 8.
7-08.3(3) Backfilling
Add the following paragraph to this section:
All street crossing trenches, and other areas as designated by the Engineer, shall be
backfilled to their full depth with Crushed Surfacing Top Course (for Trench Backfill).
7-08.3 Measurement
The sixth paragraph of this section shall be revised to read:
Shoring or extra excavation class B will be measured by the linear foot.
Add the following:
Crushed Surfacing Top Course (for Trench Backfill) will be measured by the Ton.
7-08.5 Payment
Add the following pay items:
"Crushed Surfacing Top Course (for Trench Backfill)", per ton.
"Trench Dewatering", by force account.
For the purpose of providing a common proposal for all bidders, and for that purpose only,
the City has estimated the force account for "Trench Dewatering", and has arbitrarily entered
the amount for the pay item in the proposal to become a part of the total bid by the
Contractor.
153
Revise the pay Item:
"Shoring or Extra Excavation Class B", per square foot
To read:
"Shoring or Extra Excavation Class B", per linear foot
7-09 WATER MAINS
7-09.1 Description
This section is supplemented with the following:
This work shall include adjusting valve boxes to the finished grade of the asphalt concrete
pavement or sidewalk.
7-09.3 Construction Requirements
This section is supplemented with the following:
Where existing valve boxes are located in the existing or proposed asphalt roadway, they
shall be adjusted in accordance with Section 5-04.3(13).
Where existing valve boxes are located in the proposed sidewalk, they shall be adjusted to
finish grade prior to placing the concrete.
7-09.4 Measurement
The following item is added to this section:
Adjust valve box will be measured per each, for each valve box adjusted.
7-09.5 Payment
The following item is added to this section:
"Adjust Valve Box", per each.
The unit contract price per each for "Adjust Valve Box" shall be full pay for all labor,
equipment and material required to adjust the valve box.
7-17 SANITARY SEWERS
7-17.2 Materials
This section is supplemented with the following:
The sanitary sewer pipe installed on this project shall be Solid Wall PVC Sanitary Sewer
Pipe conforming to Section 9-05.12(1).
7-17.3(2)H Television Inspection
This section is revised as follows:
Replace the word "may" in the first sentence of the first paragraph with the word "shall".
This section is supplemented with the following:
Television inspection shall be done by City of Yakima Wastewater forces, after the trench
has been backfilled and compacted to the required density, but before any paving over the
trench. The Engineer shall do the television inspection following all repairs found necessary
by air and mandrel tests. The Contractor shall make arrangements with the City of Yakima
154
Wastewater Collection at (509) 575-6118 or (509) 952-6077 at least 24 hours in advance of
the test.
7-17.4 Measurement
Replace the second paragraph with the following:
No separate measurement will be made for testing sewer pipe.
7-17.5 Payment
This section is revised as follows:
The sentence following the bid item "Testing Sewer Pipe" is replaced with the following:
All costs for testing the sewer pipe as required in Section 7-17.3(2) shall be included in
the unit contract price for "PVC Sanitary Sewer Pipe In. Diam.", per linear foot.
155
DIVISION 8
MISCELLANEOUS CONSTRUCTION
8-01 EROSION CONTROL AND WATER POLLUTION CONTROL
8-01.3 Construction Requirements
8-01.3(1) General
Section 8-01.3(1) is supplemented with the following:
Erosion control BMPs shall be installed before any earth moving activities take place.
(January 5, 2004)
Erodible Soil Eastern Washington
Erodible soil not being worked that could drain to surface waters, whether at final grade or
not, shall be covered within the following time limitations using approved soil cover practices.
July 1 through September 30
October 1 through June 30
30 days
15 days
8-06 CEMENT CONCRETE DRIVEWAY ENTRANCES
8-06.1 Description
Supplement this section with the following:
The work shall include the installation of commercial driveway approaches, and adjusting
utility castings within the concrete apron of the approaches.
8-06.3 Construction Requirements
Supplement this section with the following:
Commercial Driveway approaches. Commercial Driveway Approaches shall be constructed
as shown on the City of Yakima Standard Detail for Commercial Approach. The sidewalks
and the ramps shown on each side of the approach detailed on the standard detail shall be
paid for under Section 8-14 of the Standard Specifications.
8-06.4 Measurement
Supplement this section with the following:
Commercial Driveway Approaches shall be measured per each installed at the locations
shown on the plans and in accordance with the standard detail.
8-06.5 Payment
Supplement this section with the following:
"Commercial Driveway Approaches", per each.
The unit contract price per each for "Commercial Driveway Approaches" shall be full
compensation for all work, equipment, materials and all other items necessary for the
complete installation of the approaches where shown on the plans and in accordance with
the City of Yakima standard detail.
156
8-12 CHAIN LINK FENCE AND WIRE FENCE
8-12.1 Description
This section is supplemented with the following:
This work shall consist of removing and resetting existing fences of various materials from
their current locations to the new right of way line where detailed in the Plans.
8-12.3 Construction Requirements
This section is supplemented with the following:
Any section of the existing fence scheduled to be removed and reset, or any fencing to
remain that is damaged due to the Contractor's operations shall be repaired or replaced by
the Contractor at no additional cost to the City.
8-12.4 Measurement
This section is supplemented with the following:
Measurement of removing and resetting fence will be by the linear foot measured along the
line of fencing actually removed and reset.
8-12.5 Payment
Add the following item to this section:
"Removing and Resetting Fence", per linear foot.
The unit contract price per linear foot for "Removing and Resetting Fence" shall include
removing and resetting gates that are a part of the existing fence.
8-13 MONUMENT CASES
8-13.2 Materials
This section is supplemented with the following:
The monument shall consist of a 2 -inch aluminum, bronze or brass survey cap attached to
the top of a 5/8 -inch rebar embedded into the ground a minimum of 24 inches.
8-13.3 Construction Requirements
The last paragraph of Section 8-13.3 is revised to read:
The monument shall be furnished and set by a professional surveyor, licensed in the State
of Washington.
8-13.4 Measurement
(March 13, 1995)
Section 8-13.4 is deleted and replaced by the following:
Measurement of monument case, cover, and pipe will be by the unit for each monument
case, cover, and pipe furnished and set.
157
8-13.5 Payment
( )
Section 8-13.5 is supplemented with the following:
" Monument Case and Cover" , per each.
All costs associated with furnishing and installing monuments, monument cases and covers,
and adjusting them to their final grade, as described in Section 5-04.3(13), shall be included
in the unit contract price per each for "Monument Case and Cover".
8-14 CEMENT CONCRETE SIDEWALKS
8-14.1 Description
Supplement this section by with the following:
This work shall also include furnishing and installing new sign post sockets, at locations
shown on the plans or as indicated by the Engineer.
8-14.2 Materials
Add the following:
Sign Post Sockets VLOC Model #23-VR1-Concrete
For use with 2-3/8" OD sign posts
8-14.3 Construction Requirements
8-14.3(3) Placing and Finishing Concrete.
Supplement this section by with the following:
All sidewalks not located in driveway approach areas shall be four (4) inches in thickness,
unless otherwise noted on the Plans. All sidewalks located in a driveway approach area
shall be six (6) inches in thickness.
Existing sidewalks at match lines shall be removed to the nearest convenient existing joint or
sawcut in a neat vertical, straight transverse line at locations approved by the Engineer.
Joint filler material to form a new expansion joint shall be placed as indicated on the
Standard Detail for Sidewalk.
At all driveway and handicap ramp depressions, the back of the sidewalk grade shall be
depressed to maintain a 2 percent transverse grade from back of curb to back of sidewalk,
unless otherwise noted on the plans.
Signpost Sockets shall be set 1/2 inch above the finished sidewalk so that the erected signs
will be plumb when installed. The Contractor shall correct any misaligned sockets at his
own expense.
8-14.4 Measurement
Supplement this section with the following:
Signpost Sockets will be measured per each in place.
158
8-14.5 Payment
Supplement this section with the following:
"Cement Conc. Sidewalk _ In. Thick", per square yard.
The unit contract price per square yard for "Cement Conc. Sidewalk _ In. Thick" shall be
full compensation for furnishing and placing the sidewalk, including furnishing and
compacting the crushed surfacing top course as detailed in the Plans.
"Signpost Sockets", per each.
The unit contract price per each for "Signpost Sockets" shall be full compensation for
furnishing the sockets, and for furnishing all labor, materials and equipment necessary for
the installation of the sockets at the locations shown on the plans or as located by the
Engineer.
8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL
8-20.2 Materials
Supplement the section with the following:
All conduits below grade on this project shall be: Schedule 40 PVC Underground Conduits
(electrical grade - gray color) with pull rope. Additional materials to be installed on this
project include, but are not limited to: junction boxes, a pulling vault, light standards,
luminaries, cement concrete anchor bases, anchor bolts, conductors, and complete
electrical service for a complete installation of the illumination system ready for service.
The pull rope shall be 1/8 -inch braided nylon rope, 450 pound breaking strength (similar to
King Cotton Products #5051-4-1/8), shall be installed in each conduit run with two (2) feet
doubled back at each termination.
Wiring for street lighting shall be per NEC code and shall include one #10 ground and two
#6 conductors.
8-20.2(1) Equipment List and Drawings
Revise Item 1 of the fourth paragraph to read:
1. Light standards with or without pre -approved plans.
Delete the last sentence of the section.
8-20.3 Construction Requirements
8-20.3(2) Excavating and Backfilling
Revise the first paragraph to read:
The excavation required for the installation of conduit, cement concrete anchor bases, and
pullboxes shall be performed in such a manner as to cause the least possible injury to
streets, sidewalks, and other improvements. The trenches shall not be excavated wider
than necessary for the proper installation of the conduit and pullboxes. Anchor base
excavation shall be augered or dug by hand with proper care to avoid damage to other
utilities. Excavation shall not be performed until immediately prior to installation of conduit
and/or structures. The material from the excavation shall be placed to cause the least
interference to vehicular and pedestrian traffic and to surface drainage.
159
8-20.3(4) Foundations
Supplement this section with the following:
Anchor bases shall be constructed of Portland Cement Concrete - Class 3000, poured -in-
place to the depths and dimensions shown on the Plans and shall be made in one pour.
The top four inches of anchor bases shall be formed and finished 24 inches square with 3/4 -
inch chamfer edges and the top shall be at finish sidewalk grade or finished curb grade,
depending on the location. The top four inches shall be separated from concrete surfaces
by means of an expansion joint. Forms for the anchor bases shall be true to line and grade
and conduit ends and anchor bolts shall be held in proper position and height by means of a
temporary template.
8-20.3(5) Conduits
Revise this section to read:
Conduit runs are indicated on the Plans. Conduit bends, if other than factory bends, shall
have no Tess than an 18 -inch radius. Runs terminating in pole bases shall extend five (5)
inches above the foundation and shall be sloped toward the hand hole opening. Runs
entering junction boxes shall terminate approximately two inches (2") above the bottom of
the box and within three inches (3") of the box wall nearest its entry. Conduit entry into
junction boxes shall terminate with a manufactured 90 -degree rigid metal elbow to facilitate
cable pulling. PVC conduit "push-pennys" or suitable equivalent shall be used on all
terminations to keep conduits clean.
Trenching across the roadway is allowed. The pull rope shall be 1/8 -inch braided nylon rope,
450 pound breaking strength (similar to King Cotton Products #5051-4-1/8), shall be
installed in each conduit run with two (2) feet doubled back at each termination. When cable
is pulled, this rope shall be re -pulled along with the cable.
Elbows may be 45 or 90 degree as needed. The ten feet of rigid conduit is not required.
All conduit ends shall be reamed to remove burrs and rough edges. Field cuts shall be
square and true so that ends will fit securely in PC couplings.
8-20.3(6) Junction Boxes
Revise the first paragraph to read:
The terms "pullbox" and "junction box" are interchangeable.
Pullboxes shall be constructed as shown on the Plans and in accordance with the City of
Yakima Standard Details. Pullboxes shall not be located in wheelchair ramps or landing
areas. The pullboxes shall be installed true to line and grade. The Contractor shall provide
a good, firm foundation for the bearing surface edges of the pullboxes. The low voltage
cables and wires are separated and run through separate conduits. Do not install asphalt
joint filler material between junction boxes and other concrete surfaces
8-20.3(8) Wiring
Supplement this section by with the following:
The street lighting conductors for the lights shall each run from the adjacent light or pullbox
to the appropriate pullboxes where they branch to the luminaries. Conductor sizes shall be
as required or as match existing conductors. A pair of in-line fuses shall be installed in each
lighting standard base. The Contractor will be required to provide all conductors needed for
completing the light standard installation.
Epoxy splice kits shall not be used. Wire number sleeves and cable tags are not required.
Mast arms with four section signal heads are to be wired with 7 conductor cable.
160
8-20.3(10) Service
Supplement this section as follows:
The source of power to the new service shall e from a 56" x 56" x 48" transformer vault as
per the details, to be installed 30 feet northeast of the service to meet PP&L requirements.
The transformer vault shall have a locking steel cover type lid NO. 77-2-332, '80 style as per
the details to meet PP&L requirements. The service shall be a Strut -mount modified type B,
single-phase 120v/240v 100 -amp service installed as per the plans and details to meet
PP&L requirements.
8-20.3(13)A Light Standards
Supplement this section with the following:
Light Standards shall have square base flanges requiring four (4) anchor bolts for
connection to the foundation. Anchor bolt nut covers shall be provided on all Light
Standards. The Light Standards on this project shall be as shown on the City of Yakima
Standard Details.
8-20.3(13)B Luminaires
Supplement this section with the following:
Luminaires to be used on this project shall be 200 -Watt, 240 Volt, GE COBRA Head
Luminaires.
8-20.5 Payment
Revise this section to read:
Payment will be made in accordance with Section 1-04.1, for the following bid item:
"Illumination System", per lump sum.
The lump sum contract price for "Illumination System", shall be full pay for furnishing all
labor, materials, tools, and equipment necessary or incidental to the construction of the
complete illumination and electrical system as shown on the Plans and herein
specified. This shall include, but not be limited to, excavation, backfilling, concrete
foundations, light standards, luminaires, electrical service, puliboxes, conduit, wiring,
restoring facilities destroyed or damaged during construction, removing or salvaging all
existing equipment, and for making all required tests. All additional materials and labor
not shown on the Plans or called for herein and which are required to complete the
various systems shall be considered as incidental to the construction and shall be
included in the lump sum contract price, and no additional compensation shall be
allowed.
161
8-30 REPAIR OR REPLACEMENT (New Section)
8-30.1 Description
The work shall consist of repair of any incidental damages to landscaping, fencing, private
irrigation, top soil, turf or other miscellaneous items within or adjacent to the project area. This
includes complete replacement of items that are beyond repair as determined by the Engineer.
8-30.5 Payment
Payment will be made for the following bid items:
"Repair or Replacement", by force account.
For the purpose of providing a common proposal for all bidders, and for that purpose only,
the City has estimated the force account for "Repair or Replacement", and has arbitrarily
entered the amount for the pay item in the proposal to become a part of the total bid by the
Contractor.
162
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
DIVISION 9
MATERIALS
9-03 AGGREGATES
9-03.8 Aggregates for Asphalt Concrete
9-03.8(3)C Gradation -- Recycled Asphalt Pavement and Mineral Aggregate
Revise the second paragraph as follows:
Delete the reference to Section 9-03.8(6)A
9-05 DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS
9-05.15 Metal Castings
9-05.15(1) Manhole Ring and Cover
Revise this section to read:
All new manhole rings and covers shall be purchased by the Contractor from Olympic
Foundry, Casting NO. MH33Y, Yakima Standard Ring and Cover. The Contractor shall also
provide all labor and equipment for handling the manhole rings and covers. All used
castings shall become the property of the City of Yakima and shall be delivered to the
Wastewater Collection -Maintenance Facility at 204 W. Pine by the Contractor. Prior
arrangements must be made to assure the facility will be open for delivery.
9-28 SIGNING MATERIALS AND FABRICATION
9-28.14 Sign Support Structures
This section is supplemented with the following:
Manufacturers for Steel Sign Supports
The Standard Plans lists several steel sign support types. These supports are patented
devices and many are sole -source. All of the sign support types listed below are acceptable
when shown in the plans.
Steel Sign Support Type
Type TP -A & TP -B
Type PL, PL -T & PL -U
Type AS
Type AP
Type ST 1,ST2,&ST3
Type SB -1 & SB -2
9-29 ILLUMINATION, SIGNALS, ELECTRICAL
9-29.1 Conduit
Revise this section to read:
Manufacturer
TransPo Industries
Poz Lock, Northwest Pipe
TransPo Industries
TransPo Industries
ItiMate, S -Square, Telespar
UltiMate, Telespar
Conduit shall be Schedule 40 Polyvinyl Chloride (PVC) conforming to all NEC requirements
regarding electrical grade - gray color PVC conduits.
9-29.2 Junction Boxes
Revise this section to read:
163
Junction boxes shall be Type 1, 2,or 3 as shown on the plans. They shall be constructed of
polymer concrete and reinforced by a heavy -weave fiberglass similar and equal to Quazite
Style PG. Boxes and covers shall be concrete gray color and rated for no less than 8,000
pounds over a 10" x 10" area and designed and tested to temperatures of —50° F. Heavy-
duty box covers shall have service load of not less than 15, 000 pounds over a 10" square
area. The covers shall have a minimum coefficient of friction of 0.5, and shall have the logo
"Traffic Signal" or "Street Lighting" as appropriate on them.
Do not install felt expansion material around pull boxes when new concrete is poured.
9-29.3 Conductors and Cable
Supplement this section with the following:
Video camera coax cable shall be Beldon 8281. Video power shall be supplied by three -
conductor cable. Three individual conductors, THWN #12 Stranded copper may be supplied
in place of the three -conductor cable.
9-29.6 Light and Signal Standards
Add the following sentence to this section:
All aluminum alloys shall comply with metallurgical and mechanical properties set forth in the
Aluminum Association Standards.
9-29.6(5) Foundation Hardware
Revise this section to read as follows:
The anchor bolts, nuts, washers, and other foundation hardware on this project shall be
supplied by the Tight standard manufacturer, and shall be hot -dipped galvanized over their
entire length and surface per ASTM A 153.
9-29.6(6) Aluminum Light and Signal Standards (NEW SECTION)
Light standards for this project shall be as shown on the City of Yakima Standard Detail.
The shaft of the Aluminum Light standards and arms shall be spun tapered from all new
seamless 6063 alloy aluminum tubing and shall be heat treated to T6 temper. Each shaft
shall have a minimum of 6" straight length at the top to accommodate the center hub of the
tapered arm.
The anchored base shall be cast from A356 alloy aluminum. The anchor base shall be heat
treated to a T6 condition. The anchor base casting and shaft shall be joined by a
continuous and circumferential weld at the outside top and inside bottom of the anchor base.
The completed assembly will be heat treated to T6 temper after all structural welding is
completed. A356 alloy aluminum nut covers shall be included with each anchor base unless
otherwise specified. The light standard base shall be of the "fixed" type.
Accessories shall include anchor bolts (each with two heavy hex nuts and washers) as sized
by the manufacturer, bolt templates, full base covers, and pole end caps.
All light standards, arms and accessories shall be supplied by the same manufacturer.
Light standards have eight -foot (8') arms, and shall provide a nominal fixture mounting
height of thirty feet (30').
Handholes shall be 4 inches by 6 inches and shall be located 18 inches above the base. A
1/2 -inch NC ground stud shall be located inside the handholes.
164
Davit arm members shall be conically tapered from 6" O.D. x .188" wall 6063 alloy extruded
aluminum tube. The fixture end of each arm shall be a 2-3/8" O.D. (2" pipe size) tenon. The
davit arm slip shall fit onto a specially tapered pole top tenon where it will be fastened with
two stainless steel 5/8" —11 UNC through bolts.
9-29.10 Luminaires
Supplement this section with the following:
Luminaires shall be GE 200 watt 240 volt, high-pressure sodium cutoff type. The luminaire
shall contain a removable power module ballast assembly. The luminaire optical assembly
shall contain a charcoal filter. The mogal base socket shall be adjustable and set at MCIII.
Luminaires shall be fused per Section 9.29.7.
9-29.12(1) Illumination Circuit Splices
Supplement the section with the following:
Illumination wires shall be spliced in the pole bases or terminal compartment.
9-29.24 Service Cabinets
Supplement this section as follows:
The service shall be a Strut mount modified type B, single-phase 120v/240v 100 -amp
service installed to meet the PP&L requirements.
9-29.24(2) Electrical Circuit Breakers and Contactors
Revise this section as follows:
Delete the second paragraph.
165
STANDARD PLANS
April 4, 2005
The State of Washington Standard Plans for Road, Bridge and Municipal Construction M21-01
transmitted under Publications Transmittal No. PT 05-012, effective April 4, 2005 is made a part
of this contract.
The Standard Plans are revised as follows:
All Standard Plans
All references in the Standard Plans to "Asphalt Concrete Pavement" shall be revised to
read "Hot Mix Asphalt".
All references in the Standard Plans to the abbreviation "ACP" shall be revised to read
"HMA".
C-1 Sheet 2
The SNOW LOAD RAIL WASHER dimensions are revised to 1 3/4" from 2", and to 7/8" from
1".
C-11 b Sheets 1 and 2
In the PRECAST FOOTING, ELEVATION view (Sheet 1) and in the CAST -IN-PLACE
FOOTING, ELEVATION view (Sheet 2), COMMERCIAL CONCRETE is revised to
CONCRETE CLASS 4000.
In the BREAKAWAY ANCHOR ANGLE, ELEVATION view (Sheet 2), the welding symbols
are revised to indicate that the 1/4" Inside Gussets have 1/4" fillet weld joints, and the 1/2"
End Gussets have 1/2" fillet weld joints.
C -14f
In SECTION "A", the reference to SEE STD. PLAN C -14b is revised to SEE STD. PLAN C -
14e.
C -14q
In SECTION "A" and SECTION "B", the reference to SEE STD. PLAN C -14b is revised to
SEE STD. PLAN C -14e.
D -2k Sheet 2
In the "BAR B" detail, all references to "button head" are revised to read "cone head".
D -2n Sheet 2
In DETAIL A, the specification for 1/4" Anchor bolt is revised to 1 1/4" Anchor bolt.
In the BASE PLATE DETAIL the reference to AASHTO M 183 is revised to ASTM A 36.
In the "BARB" detail, all references to "button head" are revised to read "cone head".
K-1 through K-27
These plans shall not be used on projects administered by WSDOT.
The following are the Standard Plan numbers applicable at the time this project was advertised.
The date shown with each plan is the publication approval date shown in the lower right-hand
corner of that plan. Standard Plans not having this date shall not be used in this contract.
A-1 5/13/02 A-3 5/30/02 A-5 2/24/03
A-2 5/09/02 A-4 3/07/97 A-6 2/24/03
B-1 7/21/03 B -4g 7/18/97 B -20d 6/30/04
166
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
B -la 6/23/04 B -4h . 5/09/97 B-21 7/18/97
B -lb 6/23/04 B-7.... 11/23/04 B -21a 8/10/98
B- l e 5/20/04 B -7a 2/09/05 B-22 7/21/03
B-lz 6/23/04 B-8 6/23/04 B -22a 8/01/97
B-2 2/25/05 B -8a 6/23/04 B -23a 2/25/05
B -2a 2/25/05 B-9 11/23/04 B -23b 2/25/05
B -2b 6/17/02 B -9a 11/23/04 B -23c 5/20/04
B -2c 6/17/02 B -9b 11/23/04 B -23d 5/09/97
B -2d 6/17/02 B -9c 11/23/04 B-25 6/30/04
B -2e 2/25/04 B -9d 11/23/04 B-26 7/18/97
B-3 1/28/02 B-11 2/25/05 B-27 8/01/97
B -3a 5/09/97 B-13 2/25/05 B-28 10/06/99
B -4b 2/09/05 B-18 2/25/05 B-29 4/24/98
B -4c 2/09/05 B -18a 5/09/97 B-30 8/10/98
B -4d 9/16/02 B -18b 7/18/97 B-34 3/03/05
B -4f 5/09/97 B-19 5/30/97
C-1 10/31/03 C -2t 3/03/05 C -8d 5/20/04
C -la 7/31/98 C-3 10/31/03 C -8e 6/24/02
C -lb 10/31/03 C -3a 10/31/03 C -8f 6/30/04
C -lc 5/30/97 C -3b 10/31/03 C-10 7/31/98
C-ld 10/31/03 C -3c 10/31/03 C-11 5/20/04
C-2 1/06/00 C -3d 3/03/05 C-11 a 5/20/04
C -2a 7/17/98 C-4 7/13/01 C-11 b 5/20/04
C -2b 6/12/98 C -4a 2/25/05 C-12 7/27/01
C -2c 2/20/03 C -4b 6/23/00 C-13 4/16/99
C -2d 5/22/98 C -4e 2/20/03 C -13a 4/16/99
C -2e 3/07/97 C -4f 6/30/04 C -13b 4/16/99
C -2f 3/14/97 C-5 10/31/03 C -14a 7/26/02
C -2g 7/27/01 C-6 5/30/97 C -14b 7/26/02
C -2h 3/28/97 C -6a 3/14/97 C -14c 7/26/02
C -2i 3/28/97 C -6c 1/06/00 C -14d 7/26/02
C -2j 6/12/98 C -6d 5/30/97 C -14e 7/26/02
C -2k 7/27/01 C -6f 7/25/97 C -14f 7/26/02
C -2n 7/27/01 C-7 10/31/03 C -14g 10/31/03
C -2o 7/13/01 C -7a 10/31/03 C -14h 12/02/03
C -2p 10/31/03 C-8 4/27/04 C-141 12/02/03
C -2q 3/03/05 C -8a 7/25/97 C -14j 12/02/03
C -2r 3/03/05 C -8b 7/17/98
C -2s 3/03/05 C -8c 5/30/97
D -la 1/23/02 D-2 i 3/14/97 D -2w 3/07/97
D -lb 10/06/99 D -2j 3/14/97 D -2x 3/07/97
D -lc 10/06/99 D -2k 3/14/97 D -2y 9/12/97
D-ld 10/06/99 D-21 3/14/97 D-3 6/30/04
D -le 1/23/02 D -2m 3/14/97 D -3a 6/30/04
D-lf 10/06/99 D -2n 3/14/97 D -3b 6/30/04
D -2a 3/14/97 D -2o 3/14/97 D -3c 6/30/04
D -2b 3/14/97 D -2p 3/14/97 D-4 12/11/98
D -2c 3/14/97 D -2q 3/14/97 D-6 6/19/98
D -2d 3/14/97 D -2r 3/14/97 D-7 10/06/99
D -2e 3/14/97 D -2s 3/14/97 D -7a 10/06/99
D -2f 3/14/97 D -2t 3/14/97 D-9 12/11/98
D -2g 3/14/97 D -2u 3/07/97
D -2h 3/14/97 D -2v 3/07/97
E-1 7/25/97 E-4 8/27/03 E-5 5/29/98
E-2 5/29/98 E -4a 8/27/03
167
F-1 12/17/02 F -2c 6/23/04 F -3c 2/09/05
F-1 a 12/17/02 F -2d 6/23/04 F -3d 2/09/05
F-2 8/27/99 F-3 1/13/03 F -3e 2/09/05
F -2a 6/23/04 F -3a 2/09/05 F-4 1/13/03
F -2b 2/09/05 F -3b 2/09/05
G-1 9/12/01 G -6a 8/27/03 G -8f 6/30/04
G-2 6/04/02 G -6b 8/27/03 G -8g 6/30/04
G -2a 6/04/02 G-7 7/18/97 G -9a 6/25/02
G-3 6/04/02 G -8a 12/15/04 G -9b 2/09/05
G -3a 6/04/02 G -8b 8/18/04 G -9c 11/23/04
G -4a 5/20/04 G -8c 8/18/04 G -9e 2/09/05
G -4b 6/30/04 G -8d 12/15/04
G-6 8/27/03 G -8e 8/18/04
H-1 1/10/02 H-4 8/18/04 H-10 5/29/98
H -la 4/14/00 H -4a 2/25/05 H-12 2/25/05
H -lb 3/04/05 H -4b 2/25/05 H -12a 2/25/05
H-1 c 3/04/05 H-6 10/29/03 H -12b 2/25/05
H-1 d 1/10/02 H-7 8/10/98 H-13 2/25/05
H -le 4/14/00 H-8 9/18/98 H -13a 2/25/05
H-2 3/04/05 H-9 4/18/97 H-14 2/09/05
1-1 7/18/97 1-6 7/17/03 1-11 9/11/03
1-2 4/23/99 1-7 7/17/03 1-12 7/17/03
1-3 8/20/99 1-8 7/17/03 1-13 7/17/03
1-4 7/17/03 1-9 7/17/03 1-14 7/17/03
1-5 7/17/03 1-10 7/17/03
J -lb 10/08/99 J -6c 4/24/98 J -8c 5/20/04
J -lc 4/24/98 J -6f 4/24/98 J -8d 5/20/04
J -le 8/01/97 J -6g 12/12/02 J -9a 4/24/98
J -1f 6/23/00 J -6h 4/24/98 J-10 7/18/97
J-3 8/01/97 J -7a 9/12/01 J=11a 9/12/01
J -3b 3/04/05 J -7c 6/19/98 J-12 5/20/04
J -3c 6/24/02 J -7d 4/24/98 J -16a 3/04/05
J -3d 11/05/03 J -8a 5/20/04 J -16b 3/04/05
J-5 8/01/97 J -8b 5/20/04
K-1 12/20/02 K-10 12/20/02 K-19 12/20/02
K-2 12/20/02 K-11 12/20/02 K-20 12/20/02
K-3 12/20/02 K-12 12/20/02 K-21 12/20/02
K-4 12/20/02 K-13 12/20/02 K-22 12/20/02
K-5 12/20/02 K-14 12/20/02 K-23 12/20/02
K-6 12/20/02 K-15 12/20/02 K-24 12/20/02
K-7 12/20/02 K-16 12/20/02 K-25 12/20/02
K-8 12/20/02 K-17 12/20/02 K-26 12/20/02
K-9 12/20/02 K-18 12/20/02 K-27 12/20/02
L-1 7/18/97 L-3 7/18/97 L -5a 7/31/98
L-2 7/18/97 L-5 7/31/98 L-6 7/25/97
M-1.20-00 2/25/05 M-3.30-00 12/15/04 M-20.10-00 3/04/05
M-1.40-00 2/25/05 M-3.40-00 12/15/04 M-20.20-00 3/04/05
M-1.60-00 2/25/05 M-3.50-00 12/15/04 M-20.30-00 3/04/05
M-1.80-00 2/25/05 M-5.10-00 12/15/04 M-20.40-00 3/04/05
M-2.20-00 2/25/05 M-7.50-00 3/04/05 M-20.50-00 3/04/05
168
M-2.40-00 2/25/05 M-9.50-00 3/04/05 M-24.20-00 3/04/05
M-2.60-00 2/25/05 M-11.10-00 3/04/05 M-24.40-00 3/04/05
M-3.10-00 12/15/04 M-15.10-00 2/25/05 M-24.60-00 3/04/05
M-3.20-00 12/15/04 M-17.10-00 3/04/05
169
Required Contract Provisions
Federal -Aid Construction Contracts
Follows this page
171
FHWA-127313ectronic version — March 10. 1994
REQUIRED CONTRACT PROVISIONS
FEDERAL -AID CONSTRUCTION CONTRACTS
I. General
II. Nondiscrimination
III. Nonsegregated Facilities
IV. Payment of Predetermined Minimum Wage
V. Statements and Payrolls
VI. Record of Materials, Supplies, and Labor
VII. Subletting or Assigning the Contract
VIII. Safety: Accident Prevention
IX. False Statements Concerning Highway Projects ..
X. Implementation of Clean Air Act and Federal
Water Pollution Control Act
XI. Certification Regarding Debarment. Suspension,
Ineligibility, and Voluntary Exclusion
XIt. Certification Regarding Use of Contract Funds for
Lobbying
ATTACHMENTS
• A. Employment Preference for Appalachian Contracts
(included in Appalachian convects only)
L GENERAL
Page
1
1
3
3
8
8
tract, the contractor shall not:
a. discriminate against labor from any other State, posses-
sion, or territory of the United States (except for employment
preference for Appalachian contracts. when applicable, as
specified in Attachment A), or
7 b. employ convict labor for any purpose within the limits
7 of the project unless it is labor performed by convicts who are on
7' parole, supervised release. or probation.
8 U. NONDISCRIMINATION
8 (Applicable to all Federal -aid construction contracts end to all
related subcontracts of 110,000 or more.)
9
1. Thein contract provisions shall apply to all work performed
on the contract by the contractor's own organization and with
the assistance of workers under the contractor's immediate
superintendence and to all work performed on the contract by
piecework, station work. or by subcontract.
2. Except as otherwise provided for in each section. the
contractor shall insert in each subcontract all of the stipulations
contained in these Required Contract Provisions, and further
require their inclusion in any tower tier subcontract or purchase
order that may in turn be made. The Required Contract Provi-
sions shaU not be incorporated by reference in any case. The
prime contractor shall be responsible for compliance by any
subcontractor or lower tier subcontractor with these Required
Contract Provisions.
3. A breech of any of the stipulations contained in these
Required Contract Provisions shall be sufficient grounds for
termination of: the contract.
4. A breech of the following clauses of the Required Contract
Provisions may also be grounds for debarment as provided in 29
CFR 5.12:
Section I, paragraph 2;
Section IV, paragraphs 1. 2, 3. 4, and 7;
Section V, paragraphs 1 and 2a through 2g.
5. Disputes arising out of the labor standards provisions of
Section IV (except paragraph 5) and Section V of these Required
Contract Provisions shall not be subject to the general dispute's
clause of this contract. Such disputes shall be resolved in accor-
dance with the procedures of the U.S. Department of Labor
(DOL) as set forth in 29 CFR 5, 6, and 7. Disputes within the
meaning of this clause include disputes between the contractor
for any of its subcontractors) and the contracting agency, the
DOL, or the contractor's employees or their representatives.
6. Selection of Labor: During the performance of this con -
1. Equal Hnpluymant Opportunity: Equal employment
opportunity (EEO) requirements not to discriminate and to take
affirmative action to assure equal opportunity as set forth under
laws, executive orders. rules. regulations 128 CFR 35, 29 CFR
1830 and 41- CFR 60) and orders of the Secretary of Labor es
modified by the provisions prescribed herein. and imposed
pursuant to 23 U.S.C. 140 shall constitute the EEO and specific
affirmative action standards for the contractor's project activities
under this contract. The Equal Opportunity Construction
Contract Specifications set forth under 41 CFR 60-4.3 and the
provisions of the American Disabiities Act of 1990 (42 U.S.C.
12101 es meg.) set forth under 28 CFR 35 and 29 CFR 1630 are
incorporated by reference in this contract. In the execution of
this contract, the contractor agrees to comply with the following
minimum specific requirement activities of EEO:
a. The contractor will work with the State highway agency
(SHA) and the Federal Government in carrying out EEO obliga-
tions and in their review of his/her activities under the convect.
b. The contractor will accept as his operating policy the
following statement:
it is the policy of this Company to assure that applicants
are employed, and that employees are treated during
employment, without regard to their race, religion, sex,
color. national origin, age or disability. Such action shall
include: employment. upgrading, demotion. or transfer;
recruitment or recruitment advertising; layoff or termination;
rates of pay or other forms of compensation; and selection
for training. including apprenticeship, preapprenticesltip,
and/or on-the-job training.'
2. EEO Officer: The contractor will designate and make
known to the SHA contracting officers en EEO Officer who will
have the responsibility for and must be capable of effectively
administering and promoting en active contractor.program of EEO
and who must be assigned adequate authority and responsibility
to do so.
3. Diseendnetion of Polcy: All members of the contractor's
staff who are authorized to hire, supervise, promote, and dis-
charge employees. or who reconsnend such action, or who are
substantially involved in such action. will be made fully cognizant
of, and will implement, the contractor's EEO policy and contrac-
tual responsibilities to provide EEO in each grade and classifica-
tion of employment. To ensure that the above agreement will be
met. the following actions will be taken as a minimum:
a. Periodic meetings of supervisory and personnel office
employees will be conducted before the start of work and then
not Zeas often than once every six months. at which time the
contractor's EEO policy and its implementation will be reviewed
and explained. The meetings will be conducted by the EEO
Officer.
b. All new supervisory or personnel office employees will
be given a thorough indoctrination by the EEO Officer, covering
all major aspects of the contractor's EEO obligations within thirty
days following their reporting for duty with the contractor.
c. All personnel who are engaged in direct recruitment for
the project will be instructed by the EEO Officer in the contract-
or's procedures for locating and hiring minority group employees.
d. Notices and posters setting forth the contractor's EEO
policy will be placed in areas readily accessible to employees.
applicants for employment and potential employees.
e. The contractor's EEO policy end the procedures to
implement such policy will be brought to the attention of employ-
ees by means of meetings, employee handbooks. or other
appropriate means.
4. Ibouitmm ant: When advertising for employees, the contrac-
tor will include in al advertisements for employees the notation:
'An Equal Opportunity Employer.' All such advertisements win
be placed in publications having a Targe circulation among
minority groups in the area from which the project work force
would normally be derived.
a. The contractor will, unless precluded by a valid bargain-
ing agreement. conduct systematic and direct recruitment
through public and private employee referral sources likely to
yield qualified minority group applicants. To meet this require-
ment. the contractor will identify sources of potential nrnoity
group employees. and establish with such identified sources
procsdures'whereby minority group applicants maybe referred to
the contractor for employment consideration.
b. In the event the contractor has a valid bargaining agree-
ment providing for exclusive hiring hall referrals, he is expected
to observe the provisions of that agreement to the extent that the
system pemnits the contractor's compliance with EEO contract
provisions, • (The DOL has head that where implementation of
such agreements have the effect of discriminating against
minorities or women, or obligates the contractor to do the same,
such implementation violates Executive Order 11246, as amend-
ed.)
c. The contractor will encourage his present employees to
refer minority group applicants for employment. Information and
procedures with regard to referring minority group applicants will
be discussed with employees.
5. Personnel Actions: Wages, working conditions, and
employee benefits shall be established and administered, end
personnel actions of every type. including hiring, upgrading,
promotion, transfer. demotion, layoff. and termination, shall be
taken without regard to race. color. religion, sex. national origin,
age or disability. The following procedures shall be followed:
a. The contractor will conduct periodic inspections of
project sites to insure that working conditions and employes
faculties do not indicate discriminatory treatment of project site
personnel.
Pegs 2
b. The contractor will periodically evaluate the spread of
wages paid within each classification to determine any evidence
of discriminatory wage practices.
6. The contractor will periodically review selected person-
nel actions in depth to determine whether there is evidence of
discrimination. Where evidence is found, the contractor will
promptly take corrective action. If the review indicates that the
discrimination may extend beyond the actions reviewed, such
corrective action shad include all affected persons.
d. The contractor will promptly investigate all complaints
of alleged discrimination made to the contractor in connection
with his obligations under this contract, will attempt to resolve
such complaints. and will take appropriate corrective action
within a reasonable time. If the investigation indicates that the
discrimination may affect persons other than the complainant,
such corrective action ehail include such other persons. Upon
completion of each investigation, the contractor wlii inform ovary
complainant of all of his avenues of appeal. '
6. Training and Promotion:
a. The contractor will assist in locating. qualifying, and
increasing the skills of minority group and women employees,
and applicants for employment.
b. Consistent with the contractor's work force require-
ments and as permissible under Federal and State regulations, the
contractor shall make fun use of training programs, i.e., appren-
ticeship, and on-the-job training programs for the geographical
area of contract perfomhanco. Where feasible, 25 percent of
apprentices or trainees in each occupation shall be in their first
year of apprenticeship or training. In the event a special provi-
sion for training is provided under this contract, this subpara-
graph will be superseded es indicated in the special provision.
c. The contractor will advise employees and applicants for
employment of available training programs and entrance require-
ments for each.
d. The contractor will periodically review the training and
promotion potential of minority group and women employees and
will encourage eligible employees to apply for such training and
promotion.
7. Unions: 11 the contractor relies in whole or in part upon
unions as a source of employees. the contractor will use hislher
best efforts to obtain the cooperation of such unions to increase
opportunities for minority groups and women within the unions,
and to effect referrals by such unions of minority and female
employees. Actions by the contractor either directly or through
a contractor's association acting as agent will include the proce-
dures set forth below:
a. The contractor win use best efforts to develop. in
cooperation with the unions, joint training programs aimed
toward qualifying more minority group members and women for
membership in the unions end increasing the skills of minority
group employees and women so that they may qualify for higher
paying employment.
b. The contractor win use beet efforts to incorporate an
EEO clause into each union agreement to the end that such union
win be contractually bound to refer applicants without regard to
their race, color, religion, sex. nations/ origin. age or disability.
c. The contractor is to obtain information es to the referral
practices and policies of the labor union except that to the extent
such information is within the exclusive possession of the labor
union and such labor union refuses to furnish such information to
the contractor, the contractor shall so certify to the SHA and
shall set forth what efforts have been made to obtain such
information.
d. In the event the union is unable to provide the contrac-
tor with • reasonable flow of minority and women referrals within
the time limit set forth in the collective bargaining agreement, the
contractor will, through independent recruitment efforts, fill the
employment vacancies without regard -to race, color, religion.
sex, national origin. age or disability; making full efforts to obtain
qualified and/or qualifiable minority group persons end women.
(The DOL has held that it shall be no excuse that the union with
which the contractor has a collective bargaining agreement
providing for exclusive referral failed to refer minority employees.)
In the event the union referral practice prevents the contractor
from meeting the obligations pursuant to Executive Order 11246.
es amended, and these special provisions, such contractor shall
immediately notify the SHA.
8. Selection bf Subcontractors. Procurement of Materials and
Leasing • of Equipment: The contractor shall not discriminate on
the grounds of race. color. religion. sex. national origin. age or
disability in the selection and retention of subcontractors, includ-
ing procurement of materials end leases of equipment.
a. The contractor shall notify all potential subcontractors
and suppliers of his/her EEO obligations under this contract.
b. Disadvantaged business enterprises (DBE), as defined in
49 CFR 23, shall have equal opportunity to compete for and
perform subcontracts which the contractor enters into pursuant
to this contract. The contractor will use his best efforts to solicit
bids from and to utilize DBE subcontractors or subcontractors
with meaningful minority group and female representation among
their employees. Contractors shall obtain lists of DBE construc-
tion firms from SHA personnel.
c. The contractor will use Ns best efforts to ensure
subcontractor compliance with their EEO obligations.
9. Records and Reports: The contractor shall keep such
records oro necessary to document compliance with the EEO
requirements. Such records shall be retained for a period of three
years following completion of the contract work and shall be
available at reasonable times and places for inspection by autho-
rized representatives of the SHA end the FHWA.
a. The records kept by the contractor shall document the
following:
(1) The number of minority, and non -minority group
members and women employed in each work classification on the
project;
(2) The progress and efforts being made in cooperation
with unions. when applicable, to increase employment opportuni-
ties for minorities and women;
(3) The progress and efforts being made in locating,
hiring. training, qualifying, and upgrading minority and female
employees; and
(4) The progress and efforts being made in securing the
services of DBE subcontractors or subcontractors with meaning-
ful minority end female representation among their employees.
b. The contractors will submit an annual report to the SHA
each July for the duration of the project, indicating the number
of minority, women, and non -minority group employees currently
engaged in each work classification required by the contract
work. This information is to be reported on Form FHWA-1391.
If on -the job training is being required by special provision, the
contractor will bo required to collect and report training data.
II. NONSEGREGATED FACILITIES
(Applicable to all Federal -aid construction contracts and to all
related subcontracts of $ 10,000 or more.)
a. By submission of this bid, the execution of this contract or
subcontract, or the consummation of this material supply agree-
ment or purchase order, as appropriate, the bidder. Federal -aid
construction contractor, subcontractor, material supplier, or
vendor, as appropriate. certifies that the firm does not maintain
or providefor its employees any segregated facilities at any of its
establishments. end that the firm doss not permit its employees
to perform their services of any location, under its control, where
segregated facilities ars maintained. The firm agrees that e
breach of this certification is a violation of the EEO provisions of
this contract. The firm further certifies that no employee will be
denied access to adequate facilities on the basis of sex or
disability.
b. As used in this certification, the tens 'segregated
facilities' means any waiting rooms. work areae, restrooms and
washrooms, restaurants and other sating area. timecocks,
locker rooms. and. other storage or dressing area, parking lots,
drinking fountains, recreation or entertainment area, transpor-
tation, and housing facilities provided for employees which are
segregated by explicit directive, or are, in fact. segregated on the
basis of race. color, religion, national origin. age or disability,
because of habit, local custom, or otherwise. The only exception
will be for the disabled when the demands for accessibility
override (e.g. disabled puking).
c. The contractor agrees that it has obtained or will obtain
identical certification from proposed subcontractors or material
suppliers prior to award of subcontracts or consummation of
material supply agreements of $10,000 or more and that it will
retain such certifications in its files.
N. PAYMENT OF PREDETERMINED MINIMUM WAGE
(Applicable to all Federal -aid construction contracts exceeding
*2,000 and to all related subcontracts, except for projects
located on roadways classified as local roads or rural minor
collectors, which are exempt.)
1. General:
a. Alt mechanics and laborers employed or working upon
the site of the work will be paid unconditionally and' not less
often than once a week and without subsequent deduction or
rebate on any account (except such payroll deductions as are
pemmitted by regulations (29 CFR 3) issued by the Secretary of
Labor under the Copeland Act (40 U.S.C. 2760)) the full amounts
of wages and bona Fido fringe benefits (or cash equivalents
thereof) due at time of payment. The payment shall be computed
at wage rotes not less then those contained in the wage determi-
nation of the Secretary of Labor (hereinafter 'the wage determi-
nation') which is attached hereto and made a part hereof,
regardless of any contractual relationship which may be alleged
to exist between the contractor or its subcontractors and such
laborers and mechanics. The wage determination (including any
Piga 3
additional classifications and wage rates conformed under
paragraph 2 of this Section IV and the DOL poster (WH -1321) or
Form FHWA•1495) shell be pasted at all times by the contractor
and its subcontractors at the site of the work in a prominent and
accessible place where it can be easily seen by the workers. For
the purpose of this Section. contributions made or costs reason-
ably anticipated for bona fide fringe benefits under Section
1(b)(2) of the Davis -Bacon Act (40 U.S.C. 276e) on behalf of
laborers or mechanics are considered wages paid to such laborers
or mechanics, subject to the provisions of Section IV, paragraph
3b, hereof. Also, for the purpose of this Section. regular
contributions made or costs incurred for more than a weekly
period (but not lees often than quarterly) under plans, funds, or
programs, which cover the particular weekly period, are deemed
to be constructively mode or incurred during such weekly period.
Such laborers and mechanics shell be paid the appropriate wage
rate and fringe benefits on the wage determination for the
classification of work actually performed. without regard to skill.
except as provided in paragraphs 4 end 5 of this Section IV.
b. Laborers or mechanics performing work in more than one
classification may becompensated at the rate specified for each
classification for the time actually worked therein. provided. that
the employer's payroll records accurately sot forth the time spent
in each classification in which work is performed.
c. All rulings end interpretations of the Davis -Bacon Act
and related acts contained in 29 CFR 1, 3, and 5 ere herein
incorporated by reference in this contract.
2. Clare fieat(on:
s. The SHA contracting officer shed require that any class
of laborers or mechanics employed 'under the contract. which is
not listed in the wage determination, shell be classified in
conformance with the wage determination.
b. The contracting officer shell approve en additional
classification, wage rata and fringe benefits only when the
following criteria have been met:
(1) the work to be performed by the additional classifi-
cation requested is not performed by a classification in the wage
detemrinetion;
(2) the additional classification is utilized in the area by
the construction industry;
(31 the proposed wage rate, including any bona fide
fringe benefits, bears a reasonable relationship to the wage rates
contained in the wage determination; and
(4) with respect to helpers, when such a classification
prevails in the area in which the work is performed.
c. If the convector or subcontrabtors, es appropriate. the
laborers and mechanics (if known) to be employed in the
additional classification or their representatives, and the contract-
ing officer agree on the classification and wage rate (including
the amount designated for fringe benefits where appropriate). e
report of the action taken shell be sent by the contracting officer
to the DOL. Administrator of the Wage and Hour Division.
Employment Standards Administration, Washington, D.C. 20210.
The Wage and Hour Administrator, or an authorized representa-
tive. wll approve. modify. or disapprove every additional
classification action within 30 days of receipt and so advise the
contracting officer or will notify the contracting officer within the
30 -day period that additional time- is necessary.
Pegg 4
d. In the event the contractor or subcontractors. as appro-
priate, the laborers or mechanics to be employed in the additional
classification or their representatives. and the contracting officer
do not agree on the proposed classification and wage rate
(including the amount designated for fringe benefits. where
appropriate). the contracting officer shed refer the questions,
including the views of all interested parties end the recommenda-
tion of the contracting officer. to the Wage and Hour Administre-
tor for determination. Said Administrator. or an authorized
representative, will issue • determination within 30 days of
receipt and so advise the contracting officer or wall notify the
contracting officer within the 30 -day period that additional time
is necessary
e. The wage rate (including fringe benefits where appropri-
ate) determined pursuant to paragraph 2c or 2d of this Section IV
shall be paid to all workers performing work in the additional
classification from the first day on which work is performed in
the clereeificetion:
3. Payment of Fringe Benefits:
a. Whenever the minimum wage rate prescribed in the
contract for a class of laborers or mechanics includes a fringe
benefit which is not expressed es an hourly rate, the contractor
or subcontractors, as appropriate. shall either pay the benefit as
stated in the wage determination or shall pay another bona fide
'fringe benefit or an hourly case equivalent thereof.
b. If the contractor or subcontractor. es appropriate, does
not make payments to a trustee or other third person, he/she may
consider as a part of the wages of any laborer or mechanic the
amount of any costs reasonably anticipated in providing bona fide
fringe benefits under a plan or program. provided, that the Secre-
tary of Labor has found, upon the written request of the contrac-
tor. that the applicable standards of the Davie -Bacon Act have
been met. The Secretary of Labor may require the contractor to
set aside in $ separate account assets for the meeting of
obligations under the plan or program.
4. Apprentices and Trainees (Programa of the U.S. DOL) and
Helpers:
e. Apprentices:
(1) Apprentices will be permitted to work at less than
the predetermined rate for the work they perfommed when they
are employed pursuant to and individually registered in a bona
fide apprenticeship program registered with the DOL. Employ-
ment
mployment and Training Administration, Bureau of Apprenticeship and
Training. or with a State apprenticeship agency recognized by the
Bureau, or if a person is employed in his/her first 90 days of
probationary employment as en apprentice in such en apprentice-
ship program, who is not individually registered in -the program.
but who has been certified by the Bureau of Apprenticeship end
Training or a State apprenticeship agency (where appropriate) to
bo eligible for probationary employment es en 'apprentice.
(2) The allowable ratio of apprentices to journeyman -
level employees on the job site in any craft classification shad not
be greater than the ratio permitted to the contractor as to the
entire work. force under the registered program. Any employee
listed on a payroll at an apprentice wage rate, who is not regis-
tered or otherwise employed as stated above, shed be paid not
loss than the applicable wage rate listed in the wage determina-
tion for the classification of work actually performed. In addition,
any apprentice perfomung work on the job site in excess of the
ratio permitted under the registered program shed be paid not less
than the applicable wage rate on the wage determination for the
work actually performed. Where a contractor or subcontractor
is perforating construction on a project in a locality other than
that in which its program is registered, the ratios and wage rates
(expressed in percentages of the joumeyman•level hourly rate)
specified in the contractor's or subcontractor's registered
program shall be observed.
(3) Every apprentice must be paid at not less than the
rate specified in the registered program for the apprentice's level
of progress, expressed as a percentage of the joumsymen-level
hourly rote specified in the applicable wage determination.
Apprentices shall be paid fringe benefits in accordance with the
provisions of the apprenticeship program. If the apprenticeship
program does not specify fringe benefits, apprentices must be
paid the full amount of fringe benefits listed on the wage determi-
nation for the applicable classification. If the Administrator for
the Wage and Hour Division determines that a different practice
prevails for the applicable apprentice classification. fringes shah
be paid in accordance with that determination.
(4) In the event the Bureau of Apprenticeship and
Training. or a State apprenticeship agency recognized by the •
Bureau, withdraws approval of en apprenticeship program. the
contractor or subcontractor will no longer be permitted to utilize
apprentices at less than the applicable predetermined rate for the
comparable work performed by regular employees until an
acceptable program is approved. -
b. Trainees:
(1) Except as provided in 29 CFR 5.16, trainees will
not be permitted to work at lass than the prsdeternined rats for
the work performed unless they are employed pursuant to and
individually registered in a program which has reoeived prior
approval. evidenced by formal certification by the DOL. Employ-
ment and Training Administration.
(2) The ratio of trainees to journeymen -level employees
on the job site shag not be greater then permitted under the plan
approved by the Employment end Training Administration. Any
employee listed on the payroll ata trainee rate who is not regis-
tered and participating in a training plan approved by the Employ-
ment end Training Administration shall bo paid not less than the
applicable wage rete on the wage determination for the classifica-
tion of work actually performed. In addition, any trainee perform-
ing work on the job site in excess of the ratio permitted under the
registered program shag be paid not less than the applicable
wage rate on the wage detemtination for the work actually
performed.
(3) Every trainee must be paid at not less than the rate
specified in the approved program for his/her level of progress.
expressed as a percentage of the journeyman -level hourly rate
specified in the applicable wage dstemtination. Trainees shall be
paid fringe benefits in accordance with the provisions of the
trainee program. If the trainee program does not mention fringe
benefits, trainees shall be paid the full amount of fringe benefits
listed on the wage determination unless the Administrator of the
Wage and Hour Division determines that there is en apprentice-
ship program associated with the corresponding joumeyman-level
wage rate on the wage determination which provides for less
than full fringe benefits for apprentices. in which case such
trainees shall receive the same fringe benefits es apprentices.
(4) In the event the Employment and Training Adminis-
tration withdraws approval of a training program, the contractor
or subcontractor will no longer be permitted to utilize trainees at
Tess than the applicable predetermined rate for the work per-
formed until an acceptable program is approved.
c. Helpers:
Helpers will bo permitted to work on a project if the
helper classification is °pacified and defined on the applicable
wage determination or is approved pursuant to the conformance
procedure set forth in Section IV.2. Any worker listed on a
payroll at a helper wage rate, who is not a helper under a
approved definition. shell be paid not less than the applicable
wage rate on the wage determination for the classification of
work actually performed.
5. Apprentices and Trainees (programs of the U.S. DOT):
Apprentices and trainees working under apprenticeship and
skill training programs which have been certified by the Secretary
of Transportation as promoting EEO in connection with Federal -
aid highway construction programs are not subject to the require-
ments of paragraph 4 of this Section IV. The straight time hourly
WWI rates for apprentices and trainees under such programs will
be established by the particular programs. The ratio of apprentic-
es and trainees to journeymen shall not be greeter than permitted
by the terns of the particular program.
6. Withholding:
The SHA shall upon its own action or upon written
request of in authorized representative of the DOL withhold, or
cause to be withheld, from the contractor or subcontractor under
this contract or any other Federal contract with the same prime
contractor, or any other Federally -assisted contract subject to
Davis -Bacon prevailing wage requirements -which is held by the
same prime contractor, as much of the accrued payments or
advances as may be considered necessary to pay laborers and
mechanics, including apprentices, trainees, and helpers, em-
ployed by the contractor or any subcontractor the full amount of
wages required by the contract. In the event of failure to pay
any laborer or mechanic. including any apprentice, trainee, or
helper, employed or working on the site of the work, ail or pert
of the wages required by the contract. the SHA contracting
officer may, after written notice to the contractor, take such
action u may be necessary to cause the suspension of any
further payment. advance, or guarantee of funds until such
violations have ceased.
7. Overtime Requirements:
No contractor or subcontractor contracting for any part
of the contract work which may require or involve the employ-
ment of laborers, mechanics. watchmen, or guards (including
apprentices. trainees. and helpers described in paragraphs 4 and
5 above) shall require or permit any laborer, mechanic, watch-
men, or guard in any workweek in which he/she is employed on
such work, to work in excess of 40 hours in such workweek
unless such laborer, mechanic. watchman. or guard receives
compensation et a rete not less than one -and -one-half times
his/her basic rate of pay for all hours worked in excess of 40
hours in such workweek.
8. Violation:
Liability for. Unpaid Wages; Liquidated Damages: In the
event of any violation of the clause sot forth in paragraph 7
above, the contractor and any subcontractor responsible thereof
shall be liable to the affected employee for his/her unpaid wages.
In addition, such contractor and subcontractor shall be Gable to
Pais 6
the United States (in the case of work done under contract for
the District of Columbia or a territory, to such District or to such
territory) for liquidated damages. Such liquidated damages shall
be computed with respect to each individual laborer, mechanic.
watchman. or guard employed in violation of the clause set forth
in paragraph 7. in the Burn of $10 for each calendar day on which
such employee was required or permitted to work in excess of
the standard work week of 40 hours without payment of the.
overtime wages required by the clause set forth in paragraph 7.
9. Withhcldng for Unpaid Wages and Liquidated Damages:
The SHA shall upon its own action or upon written request of
any authorized representative of the DOL withhold. or cause to
be withheld. from any mortise payable on account of work
performed by the contractor or subcontractor under any such
contract or any other Federal contract with the same prime
contractor, or any other Federally -assisted contract subject to the
Contract Work Hours and Safety Standards Act. which is held by
the sane prima contractor, ouch sums as may be determined to
be necessary to satisfy any liabilities of such contractor or
subcontractor for unpaid wages and liquidated damages as
provided in the clause set forth in paragraph 8 above.
V. STATEMENTS AND PAYROLLS
(Applicable to all Federal -aid construction contracts exceeding
$2,000 and to all related subcontracts, except for projects
located on roadways classified es local roods or rural collectors,
which aro exempt.)
1. Compliance with Copeland Regulotione129 CFR 31:
The contractor shall comply with the Copeland Regulations of
the Secretary of Labor which are herein incorporated by .refer -
once.
2. Payrolls and Payroll Records:
a. Payrolls end basic records relating thereto shall bo
maintained by the contractor and each subcontractor during the
course of the work end preserved for • period of 3 years from the
date of completion of the contract for all laborers, mechanics.
apprentices, trainees, watchmen. helpers, and guards working et
the site of the work.
b. The payroll records shall contain the name. social
security number, and address of each such employee; his or her
correct classification; hourly rates of wages paid (including rates
of contributions or coats anticipated for bona fide fringe benefits
or cash equivalent thereof the types described in Section
1(14(21(8) of the Davis Bacon Act); daily and weekly number of
hours worked; deductions made; end actual wages paid. In
addition. for Appalachian contracts, the payroll records shall
contain a notation indicating whether the employes does, or does
not. normally reside in the labor area as defined in Attachment A.
paragraph 1. Whenever the Secretary of Labor. pursuant to
Section IV, paragraph 3b, has found that the wages of any
laborer or mechanic include the amount of any costs reasonably
anticipated in providing benefits under a plan or program de-
scribed in Section 1(b)(2)(8) of the Davis Bacon Act. the contrac-
tor and each subcontractor shall maintain records which show
'that the commitment to'provido such benefits is enforceable, that.
the. plan or program is financially responsible, that the plan or
program has been communicated in writing to the laborers or
mechanics effected, and show the cost anticipated or the actual
cost incurred in providing benefits. Contractors or subcontrac-
tors employing apprentices or trainees under approved programs
Sees
shall maintain written evidence of the registration of apprentices
and trainees. and ratios and wage rates prescribed in the
applicable programs.
c. Each contractor and subcontractor shall furnish. each
week in which any contract wort Is performed, to the SHA
resident engineer a payroll of wages paid each of its employees
(including apprentices. trainees, and helpers. described in Suction
IV. paragraphs 4 and 5. and watchmen end words engaged on
work during the preceding weekly payroll period). The payroll
submitted shall set out accurately and completely all of the
information required to be maintained under paragraph 2b of this
Section V. This .information may be submitted in any form
desired. Optional Form WH -347 is avaiiablo for this purpose and
may be purchased from the Superintendent of Documents
(Federal stock number 029-005-0014-11. U.S. Govemment
Printing Office. Washington. D.C. 20402. The prime contractor
is responsible for the submission of copies of payrolls by all
subcontractors.
d. Each payroll submitted shall be accompanied by a
"Statement of Compliance." signed by the contractor or subcon-
tractor or his/her agent who pays or supervises the payment of
the persons employed under the contract and shall certify the
following:
(1) that the payroll for the payroll period contains tie
information required to be maintained under paragraph 2b of this
Section V and•that such information is correct and complete;
(2) that such laborer or mechanic (including each helper,
apprentice. and trainee) employed on the contract during the
payroll period has been paid the full weekly wages earned,
without rebate. Dither directly or indirectly, and that no deduc-
tions haw been made either directly or indirectly from the full
wages earned. other than pemisslolo deductions as set forth in
the Regulations, 29 CFR 3;
(3) that each laborer or mechanic has been paid not less
that the applicable wage rate and fringe benefits or cash equiva-
lent for the classification of worked performed. as specified in the
applicable wage determination incorporated into the contract.
e. The weekly submission of a properly executed certifica-
tion set forth on the reverse side of Optional Form WH -347 shall
satiety the requirement for submission of the "Statement of
Compliance" required by paragraph 2d of this Section V.
f. The falsification of any of the above certifications may
subject the contractor to civil or criminal prosecution under 18
U.S.C. 1001 and 31 U.S.C. 231.
g. The contractor or subcontractor shell make the records
required under paragraph 2b of this Section V available for
inspection, copying. or transcription by authorized representatives
of the SHA. the FHWA. or the DOL, and shall permit such repre-
sentatives to interview employees during working hours on the
job. If the contractor or subcontractor fails to submit the
required records or to make them available, the SHA. the FHWA.
the DOL. or a8 may, after written notice to the contractor.
sponsor, applicant. or owner. take such actions as may be
necessary to cause the suspension of any further payment,
advance, or guarantee of funds. Furthermore. failure to submit
the required records upon request or to make such records
available may be grounds for debarment action pursuant to 29
CFR 5.12.
VI. RECORD OF MATERIALS, SUPPLIES. AND LABOR
1. On ell Federal -aid contracts on the National Highway
System, except those which provide solely for the installation of
protective devices et railroad.grade crossings, those which ere
constructed on s force account or direct labor basis, highway
beautification contracts, and contracts for which the total find
construction cost for roadway and bridge is Tess than
51,000,000 (23 CFR 635) the contractor shall:
a. Become familiar with the list of specific materials and
supplies contained in Form FHWA-47,."Statement of Materials
and Labor Used by Contractor of Highway Construction Involving
Federal Funds," prior to the commencement of work under this
contract.
b. Maintain a record of the total cost of all materials and
supplies purchased for and incorporated in the work, and also of
the quantities of those specific materials and supplies listed on
Form FHWA-47, and in the units shown on Form FHWA-47.
c. Furnish, upon the completion of the contract, to the
SHA resident engineer on Form FHWA-47 together with the data
required in paragraph 1 b relative to materials end supplies, a find
labor summary of all contract work indicating the total hours
worked and the total amount earned.
2. At the prime contractor's option, either a single report
covering all contract work or separate reports for the contractor
and for each subcontract shall be submitted.
VII. SUBLETTING OR ASSIGNING THE CONTRACT
1. The contractor shall perform with its own organization
contract work amounting to not less than 30 percent (or a
greater percentage if specified elsewhere in the contract) of the
total original contract price, excluding any specialty items
designated by the Stats. Specialty itemo may be performed by
subcontract and the amount of any such specialty items per-
formed may be deducted from the total original contract price
before computing the amount of work required to be performed
by the contractor's own organization (23 CFR 635).
a. "Its own organization" shall be construed to include
only workers employed end paid directly by the prime contractor
and equipment owned or rented by the prime contractor, with or
without operators. Such term does not include employees or
equipment of a subcontractor, assignee, or agent of the prime
contractor.
b. "specialty Items" shall be construed to be limited to
work that requires highly epscialzed knowledge, abilities, or
equipment not ordinarily available in the type of contracting
organizations qualified and expected to bid on the contract as a
whole and in general are to be fattited to minor components of
the overall contract.
2. The contract amount upon which the requirements set forth
in paragraph 1 of Section VII is computed includes the cost of
material end manufactured products which are to bo purchased
or produced by the contractor under the contract provisions.
3. The contractor shall furnish (a) a competent superintendent
or supervisor who is employed by the firm. has full authority to
direct performance of the work in accordance with the contract
requirements, and is in charge of all construction operations
(regardless of who performs the work) and (b) such other of its
own organizational resources (supervision, management, end
engineering services) as the SHA contracting officer determines
is necessary to assure the performance of the contract.
4. No portion of the contract shall be sublet, assigned or
otherwise disposed of except with the written consent of the
SHA contracting officer, or authorized representative, and such
consent when given shall not be construed to relieve the
contractor of any responsibility for the fulfillment of the contract.
Written consent will be given only after the SHA has assured that
each subcontract is evidenced in writing and that it contains all
pertinent provisions and requirements of the prime contract.
V. SAFETY: ACCIDENT PREVENTION
1. In the performance of this contract the contractor shall
comply with all applicable Federal, State, and local laws govern-
ing safety, health. and sanitation 123 CFR 635). The contractor
shell provide ell safeguards, safety devices and protective
equipment and tate any other needed actions es it determines,
or as the SHA contracting officer may determine, to be reason-
ably necessary to protect the Nfa and health of employees on the
job and the safety of the public and to protect property in
connection with the performance of the, work covered by the
contract.
2. It is a condition of this contract, and shall be made a
condition of each subcontract, which the contractor enters into
pursuant to this contract, that the contractor end any subcontrac-
tor shall not pemt.t any employee, in performance of the con-
tract, to work in surroundings or under conditions which are
unsanitary, hazardous or dangerous to his/her health or safety, es
detemtined under construction safety and health standards (29
CFR 1926) promulgated by the Secretary of Labor, in accordance
with Section 107 of the Contract Work Hours and Safety
Standards Act (40 U.S.C. 333).
3. Pursuant to 29 CFR 1926.3, it is a condition of this
contract that the Secretary of Labor or authorized representative
thereof, shall have right of entry to any site of contract perfor-
mance to inspect or in vostigate the matter of compliance with
the construction safety end health standards and to carry out the
duties of the Secretary under Section 107 of the Contract Work
Hours and Safety Standards Act 140 U.S.C. 333).
IX. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS
In order to assure high quality and durable construction in
conformity with approved plans and specifications and a high
degree of reliabiNty on statemsnui and representations made by
engineers, contractors, suppliers, and workers on Federal -aid
highway projects, it is essential that all persons concerned with
the project perform their functions es carefuNy, thoroughly, end
honestly as possible. Willful falsification, distortion, or misrepre-
sentation with respect to any facts related to the project is a
violation of Federal law. To prevent any misunderstanding
regarding the seriousneso of these and similar acts, the following
notice shall be posted on each Federal -aid highway project (23
CFR 635) in one or more places where it is readily available to all
persons concerned with the project:
NOTICE TO ALL PERSONNEL ENGAGED ON FEDERAL -AID
HIGHWAY PROJECTS
18 U.S.C. 1020 reads as follows:
"Whoever, being en officer, agent or employee of the United
States, or of any State or Territory, or whoever, whether a
person, association, firm, or corporation, knowingly makes any
false statement, false representation, or false report as to the
character, quality, quantity, or cost of the material used or to be
used, or the quantity or quality of the work performed or to be
Pees?
performed, or the cost thereof in connection with the submission
of plans, maps, specifications, contracts, or costs of construction
on any highway or related project submitted for approval to the
Secretary of Transportation; or
Whoever knowingly makae any false statement, false represen-
tation, false report er false claim with respect to the character,
quaty, quantity, or cost of any work performed or to be per-
formed, or materials furnished or to be furnished, in connection
with the construction of any highway or related project approved
by the Secretory of Transportation: or
Whoever knowingly makes any false statement or false repn- -
se ntation as to tnatariat fact in any statement, certificate, or
report submitted pursuant to provisions of the Federal -aid Roads
Act approved July 1, 1916, 139 Stat. 3551, as emended and
supplemented
• Shall be fined not mon that $ 10,000 or imprisoned not nor•
than 5 years or both.'
X. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL
WATER POLLUTION CONTROL ACT
(Applicable to ad Federal -aid construction contracts and to all
related subcontracts of 1100.000 or more.)
By submission of this bid or the execution of this contract. or
subcontract, as appropriate, the bidder, Federal -aid construction
contractor, or subcontractor, es appropriate, will be deemed to
have stipulated as follows:
1. That any facility that is or will be utilized in the performance
of this contract. unless such contract is exempt under the Clean
Air Act. as emended (42 U.S.C. 1857 et sem.. as emended by
Publ. 91-804). and under the Federal Water Pollution Control
Act. as emended (33 U.S.C. 1251 Sag., g., as emended by Pub.L.
92-500), Executive Order 11738, and regulations in implementa-
tion thereof (40 CFR 15) is not listed, on the date of contract
award. on the U.S. Environmental Protection Agency (EPA) List
of Violating Facilities pursuant to 40 CFR 15.20.
2. That the fine 'groes to comply and remain in compliance- with
all the requirements of Section 114 of the Clean Air Act and
Section 308 of the Federal Water Pollution Control Act end all
regulations and guidelines Gated thereunder.
3, That tie firm shed promptly notify the SHA of the receipt of
any communication from the Director, Office of Federal Activities,
EPA, indicating that a facility that is or will be utilized for the
contract is under consideration to be fisted on the EPA Ust of
Violating Facilities.
4. That the firm agrees to include or cause to be included the
requirements of paragraph 1 through 4 of this Section X in every
nonexempt subcontract. end further agrees to take such action
as the government may direct es a means of enforcing such
requirements.
XL. CERTIFICATION REGARDING DEBARMENT. SUSPENSION.
I EUGIBLITY AND VOLUNTARY EXCLUSION
1. kstrucdo s foe Certification - Primary Covered Transac-
tions:
(Applicable to all Federal -aid contracts - 49 CFR 29)
e. By sigrin g and submitting this proposal, the prospective
Pep
primary participant is providing the certification set out below.
b. The inability of a person to provide the certification set
out below will not necessarily result in denial of participation in
this covered transaction: The prospective participant shall submit
en explanation of why it cannot provide the certification set out
below. The certification or explanation will be considered in
connection with the department or agency's determination
whether to enter into this transaction. However, failure of the
prospective primary participant to furnish a certification or on
explanation shell disqualify such a peroon from participation in
this transaction.
c. The certification in this clause is a material representa-
tion of fact upon which reliance was placed when the department
or agency determined to anter into this transaction. If it is later
determined that the prospective pay participant knowingly
rendered en erroneous certification, in addition to other remedies
available to the Federal Government, the department or agency
may terminate this transaction for cause of default.
d. The prospective primary participant shall provide
immediate written notice to the department or agency to whorin
this proposal is submitted if any time the prospective primary
participant learns that its certification was erroneous when
submitted or hes become erroneous by reason of changed
circumstances.
e. The terms 'covered transaction." "debarred," 'suspend-
ed.' "ineligible.' lower tier covered transaction," 'participant."
"person." 'primary covered transaction.' "principal." "proposal."
and "vduntasly excluded." es used in this clause. have the
meanings set out in the Definitions and Coverage sections of
ides implementing Executive Order 12549. You may contact the
department or cogency to which this proposal is submitted for
assistance in obtaining a copy of those regulations.
f. The prospective primary participant agrees by submitting
this proposal that, should the proposed covered transection be
entered into. it shell not knowingly enter into any lower tier
covered transaction with a person who is debarred, suspended.
declared inedgble, or voluntarily excluded from participation in
this covered transaction. unless authorized by the department or
agency entering into this transaction.
g. The prospective primary participant further sprees by
submitting this proposal that it will include the douse tided
"Cerdfication Regarding Debarment. Suspension, Ineligibility end
Voluntary Exclusion -Lower Tier Covered Transaction,' provided
by the department or agency entering into this covwed transac-
tion. without modification. in all lower tier covered transactions
and in all solicitations for lower tier covered transactions.
h. A participant in a covered transection may rely upon a
certification of a prospective participant in s lower tier covered
transaction that is not debarred. suspended, ineligible. or volun-
tarily excluded from the covered transection, unless it knows that
the certification is erroneous. A participant may decide the
method end frequency by which it determines the eligibility of its
principals. Each participant may. but is not required to, check the
nonproeurement portion of the 'Lists of Parties Excluded From
Federal Procurement or Nonprocurement Programs" INonprocure-
ment Ust) which is compiled by the General Services Administra-
tion.
i. Nothing contained in the foregoing shell be construed to
require establishment of a system of records in order to render in
good faith the certification required by this clause. The knowl-
edge and information of participant is not required to exceed that
which is normally possessed by a prudent person in the ordinary
course of business dealings. -
j. Except for transactions authorized under paragraph f of
these instructions, if a participant in a covered transaction
knowingly enters into a (ower tier covered transaction with
person who is suspended. debarred, ineligible. or voluntarily
excluded from participation in this transaction, in addition to
other remedies available to the Federal Government, the depart-
ment or agency may terminate this transaction for cause or
default.
Certification Regarding Debarment. Suspension. Ine9gibity and
Voluntary Exclusion -Primary Covered Transactions
1. The prospective primary participant certifies to the best of
its knowledge and belief, that it and its principals:
a. Are not presently debarred. suspended. proposed for
debarment. declared ineligible, or- voluntarily excluded from
covered transactions by any Federal department or agency;
b. Have not within a 3 -year period preceding this proposal
been convicted of or had a civil judgement rendered against them
for commission of fraud ore criminal offense in connection with
obtaining, attempting to obtain, or performing a public (Federal,
State or local) transaction or contract under a public transaction;
violation of Federal or State antitrust statutes or commission of
embezzlement, theft, forgery, bribery. falsification or destruction
of records. nuking false statements, or receiving stolen property;
o. Are not presently indicted for or otherwise criminally or
civilly charged by a governmental entity (Federal, State or local)
with commission of any of the offenses enumerated in paragraph
lb of this certification: and
d. Have not within a 3 -year period preceding this applica-
tion/proposal had ons or more public transactions (Federal. State
or local) terminated for cause or default.
2. Where the prospective primary participant is unable to
certify to any of the statements in this certification. such
prospective participant shall attach an explanation to this
proposal.
2. Instructions for Certification - Lower Ter Covered Transac-
tions:
(Applicable to all subcontracts, purchase orders and other
(ower tier transactions of 825,000 or more - 49 CFR 29)
a. By sighing and submitting this proposal, the prospective
lower tier is providing the certification set out below.
b. The certification in this clause is a material representa-
tion of fact upon which reliance was placed when this transac-
tion was entered into. If it is later determined that the prospec-
tive sower tier participant knowingly rendered an erroneous
certification, in addition to other remedies available to the Federal
Government, the department, or agency with which this transac-
tion originated may pursue available remedies, including suspen-
sion and/or debarment.
c. The prospective lower tier participant shall provide
immediate written notice to the person to which this proposal is
submitted if et any time the prospective (ower tier participant
learns that its certification was erroneous by reason of changed
circumstances.
d. The terms "covered transaction," "debarred," "suspend-
ed; "ineligible," 'primary covered transaction,' 'participant,"
"person," 'principal,' "proposal,' and "voluntarily excluded." as
used in this clause, have the meanings set out in the Definitions
and Coverage sections of nines implemendng Execudve Order
12549. You may contact the person to which this proposal is
submitted for assistance in obtaining • copy of those regulations.
e. The prospective lower tier participant agrees by submit-
ting this propose that, should the proposed covered transaction
be entered into, it shall not knowingly enter into any lower tier
covered transaction with a person who is debarred. suspended,
declared ineligible, or voluntarily excluded from participation in
this covered transaction. unless authorized by the department or
agency with which this transaction originated.
f. The prospective lower tier participant further agrees by
submitting this proposal that it will include this clause titled
"Certification Regarding Debarment. Suspension, Ineligibility and
Voluntary Exclusion -Lower Tier Covered Transaction," without
modification, in all lower tier covered transactions and in all
solicitations for lower tier covered transactions.
g. A participant in a covered transaction may rely upon e
certification of a prospective participant in a lower tier covered
transaction that is not debarred. suspended, ineligible, or volun-
tarily excluded from the covered transaction. unless it knows that
the certification is erroneous. A participant may decide the
method and frequency by which it deem/init. the eligibility of its
principals. Each participant may, but is not required to. check the
Nonprocurament List.
h. Nothing contained in the foregoing shell be construed to
require establishment of a system of records in order to render in
good faith the certification required by this clause. The knowl-
edge and information of participant is not required to exceed that
which is normally possessed by a prudent person in the ordinary
course of business dealings.
i. Except for transactions authorized under paragraph • of
these instructions. if a participant in • covered transaction
knowingly enters into a lower tier covered transaction with a
person who is suspended, debarred, ineligible, or voluntarily
excluded freer participation in this transaction, in addition to
other remedies available to the Federal Goverment, the depart-
ment or agency with which this transaction originated may
pursue available remedies, including suspension and/or debar-
ment.
Certification Resettling Debarment, Suspension. k eliglbility and
Voluntary Exclusion—Lower Ter Covered Transactions:
1. The prospective lower tier participant certifies, by submis-
sion of this proposal, that neither it nor its principals is presently
debarred. suspended, proposed for debarment, declared ineligible.
or voluntarily excluded from participadon in this transaction by
any Federal department or agency.
2. Where the prospective lower der participant is unable to
certify to any of the statements in this certification, such
prospective participant shill attach an explanation to this
proposal.
)01. CERTIFICATION REGARDING USE OF CONTRACT FUNDS
FOR LOBBYING
(Applicable to all Federal -aid construction contracts and to all
related subcontracts which exceed 8100,000 - 49 CFR 20)
1. The prospective participant cerdfies, by signing and submit-
ting this bid or proposal. to the best of his or her knowledge and
belief, that:
a. No Federal appropriated funds have been paid or will be
paid, by or on behalf of the undersigned. to any person for
influencing or attempting to influence an officer or employee of
any Federal agency. a Member of Congress. an officer or employ-
ee of Congress. or an employee of a Member of Congress in
connection with the awarding of any Federal contract, the •
making of any Fedora grant. the making of any Federal loan. the
entering into of any cooperative agreement. and the extension,
continuation. renewal. amendment, or modification of any Federal
contract, grant, loan, or cooperative agreement.
b. If any funds other than Federal appropriated funds have
been paid or will be pad to any parson for influencing or attempt-
ing to influence an officer or employee of any Federal agency, a
Member of Congress, an officer or employes of Congress, or an
employee of a Member of Congress in connection with this
Federal contract. grant, loan, or cooperative agreement. the
undersigned shall complete and submit Standard Form -LLL.
'Disclosure Forts to Report Lobbying.' in accordance with its
instructions.
2. This certification is • materiel representation of fact upon
which reliance was placed when this transaction was mads or
entered into. Submission of this certification is a prerequisite for
making or entering into die transaction imposed by 31 U.S.C.
1352. Any person who fails to filo the required certification shell
be subject to a civil penalty of not less than 110.000 and not
more than 8100,000 for each such failure.
3. The prospective participant also agrees by submitting his or
her bid or proposal that he or she shall require that the language
of this certification be included in e1 lower tier subcontracts,
which exceed 8100.000 and that al such recipients shell certify
and &solos" accordingly.
ATTACHMENT A - EMPLOYMENT PREFERENCE FOR
APPALACHIAN CONTRACTS
(Applicable to Appalpchian contracts only.)
1. During the performance of this contract, the contractor
undertaking to do work which is, or reasonably may be, done es
on -sits work, shall give preference to quaified persons who
regularly reside in the Tabor area es designated by the DOL
wherein the contract work is situated, or the subregion, or the
Appalachian counties of the State wherein the contract work is
situated, except:
a. To the extent that qualified persons regularly residing
in the area are not available.
b. For the reasonable needs of the contractor to employ
supervisory or specially experienced personnel necessary to
assure an efficient execution of die contract work.
• c. For the obligation of the contractor to offer employ-
ment to present or former employees as the result of a lawful
colieotive bargaining contract. provided that the number of
nonresident persons employed under this subparagraph 1c shall
.not exceed 20 percent of the total number of employees em-
ployed by the contractor on the contract work, except as
provided in subparagraph 4 below.
2. The Contractor shall place a job order with the State
Employment Service indicating (al the classifications of the
laborers, mechanics and other employees required to perform the
contract work. (b) the number of employees required in each
classification.
(c) the date on which he estimates such employees will be
required, and (d) any other pertinent information required by the
State Employment Service to complete the job order form. The
job order may be placed with the State Employment Service in
writing or by telephone. If during the course of the contract
work. the information submitted by the contractor in the original
job order is substantia ty modified, he shall promptly notify the
State Employment Service.
3. The contractor shah give full consideration to all qualified
job applicants referred to him by the State Employment Service.
The contractor is not required to grant employment to any job
applicants who, in his opinion, ars not qualified to perform the
classification of work required.
4. If, within 1 weak following the placing of a job•order by the
contractor with the Stats Employment Service, the State Employ-
ment Service is unable to refer any qualified job applicants to tho
contractor, or less than the number requeoted, the State Employ-
ment Service will forward a certificate to the cohtractor indicating
the unavailability of applicants. Such certificate shall be made o
part of the contractor's permanent project records. Upon receipt
of this certificate, the contractor may employ persons who do not
normally reside in the Tabor area to fill positions covered by the
certificate, notwithstanding the provisions of subparagraph 1 c
above.
5. The contractor shall include the provisions of, Sections 1
through 4 of this Attachment A in every subcontract for work
which is, or reasonably may be, done as on-site work.
1 AMENDMENT
2 REQUIRED CONTRACT PROVISIONS
3 FEDERAL -AID CONSTRUCTION CONTRACTS
4 (Exclusive of Appalachian Contracts)
5 Under Section 11, Paragraph 8b is revised as follows:
6 The reference to 49 CFR 23 is revised to read 49 CFR 26.
7 Under Section II , Paragraph 8b is supplemented with the following:
8 The contractor, subrecipient or subcontractor shall not discriminate on the basis of race, color, national origin, or sex
9 in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in
10 the award and administration of USDOT-assisted contracts. Failure by the contractor to carry out these requirements
11 is a material breach of this contract which may result in the termination of this contract or such other remedy as
12 the recipient deems appropriate.
13 Under Section II, in accordance with standard specification 1-08.1(A) and applicable RCWs a new paragraph 8d is
14 added as follows:
15 The contractor or subcontractor agrees to pay each subcontractor under this prime contract for satisfactory
16 performance of its contract and/or agreement no later than ten (10) days from the receipt of each payment the prime
17 contractor receives from WSDOT or its subrecipients. The prime contractor agrees further to return retainage
18 payments to each subcontractor within ten (10) days after the subcontractor's work is satisfactorily completed. Any
19 delay or postponement of payment from the above referenced time frame may occur only for good cause following
20 written approval of the WSDOT. This clause covers both DBE and non -DBE contractors.
21
22 Under Section IV, Paragraph 2b(4) is deleted.
23
24 Under Section IV, Paragraph 4, "and helpers" is deleted from the title.
25
26 Under Section IV, Paragraph 4a(1), add:
27
28 The provisions in this section allowing apprentices to work at less than the predetermined rate when they are
29 registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment
30 and Training Administration, or with the Bureau of Apprenticeship and Training, does not preclude a
31 requirement for the Contractor to pay apprentices the full applicable predetermined rate in the event a State
32 Apprenticeship Agency, recognized by the Bureau, has not approved, or withdraws approval, of an
33 apprenticeship program.
34
35 Under Section IV, Paragraph 4c is deleted.
36
37 Under Section IV, Paragraph 6 is revised by deleting "helpers" and "helper".
38
39 Under Section IV, Paragraph 7 is revised by deleting "helpers".
40
41 Under Section V, Paragraph 2a is revised by deleting "helpers".
42
43 Under Section V, Paragraph 2d(2) is revised by deleting "helper".
44
45 Amendment to Form FHWA 1273
46 Revised December 2, 2002
CONTRACT
QQ
THIS AGREEMENT, made and entered into in triplicate, this day of ,8a , 2005, by and between the City of
Yakima, hereinafter called the Owner, and COLUMBIA ASPHALT & GRAVEL, INC. a Washington Corporation, hereinafter
called the Contractor
WITNESSETH:
That in consideration of the terms and conditions contained herein and attached and made a part of this agreement, the parties
hereto covenant and agree as follows:
I The Contractor shall do all work and furnish all tools, materials, labor and equipment for THE BID AMOUNT OF
$ 2,741,761.05, for Schedules 'A' & 'C', of Washington Avenue Widening 1 Reconstruction & Sanitary Sewer— 72nd Ave. to
52nd Ave., Project Nos. 1957 & 2082, all in accordance with, and as described in the attached plans and specifications and the
2004 Standard Specifications for Road, Bridge, and Municipal Construction which are by this reference incorporated herein and
made a part hereof, and shall perform any alterations in or additions to the work provided under this contract and every part
thereof.
Work shall start within ten (10) days after the Notice to Proceed and shall be completed in One hundred twenty (120) working
days. The first chargeable working day shall be the 11th working day after the date on which the City issues the Notice to
Proceed.
If said work is not completed within the time specified, the Contractor agrees to pay to the Owner the sum specified in the
Standard Specifications for each and every day said work remains uncompleted after expiration of the specified time, as
liquidated damages.
The Contractors shall provide and bear the expense of all equipment, work and labor of any sort whatsoever that may be
required for the transfer of materials and for constructing and completing the work provided for in this contract and every part
thereof, except such as are mentioned in the specifications to be furnished by the City of Yakima.
II. The City of Yakima hereby promises and agrees with the Contractor to employ, and does employ the Contractor to
provide the materials and to do and cause to be done the above described work and to complete and finish the same according
to the attached plans and specifications and the terms and conditions herein contained and hereby contracts to pay for the same
according to the attached specifications and the schedule of unit or itemized prices hereto attached, at the time and in the
manner and upon the conditions provided for in this contract.
III. The Contractor for himself, and for his heirs, executors, administrators, successors, and assigns, does hereby
agree to the full performance of all the covenants herein contained upon the part of the Contractor
IV. It is further provided that no liability shall attach to the City of Yakima by reason of entering into this contract,
except as expressly provided herein.
IN WITNESS WHEREOF the parties hereto have caused this agreement to be executed the day and year first herein above
written.
Countersigned:. CITY OF YAKIMA
w'L
this '13 day of `. 2005
Attest:
City
CONTRACTOR
COLUMBIA ASPHALT & GRAVEL NC, a Washington Corporation
ontractor
City Clerk
K 1 M,q
SEAL
(Print Name)
s Se c .r--rzJ- a r y �� �e aI c -A
(Presiderftt, Owner, etc.)
Address: iP° a o x 9 3 3?
yq k7tAnc WA" 98901
BOND 11 8811409
PERFORMANCE BOND
BOND TO CITY OF YAKIMA
KNOW ALL MEN BY THESE PRESENTS:
That we, the undersigned, COLUMBIA ASPHALT & GRAVEL, INC .
a WASHINGTON Corporation as Principal and FIDELITY & DEPOSIT COMPANY OF M4RYLAND
corporation organized and existing under the laws of the State of MARYLAND as a surety
corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal
corporations, as surety, are jointly and severally held and firmly bound to the CITY OF YAKIMA in the penal sum of
$2,741,761.05 for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or
personal representatives, as the case may be.
This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinances of the CITY OF YAKIMA.
DATED at Yakima, Washington, this 26T1lay of SEPTEMBER 20 05
Never -the -less, the conditions of the above obligations are such that:
WHEREAS, pursuant to action taken by the Yakima City Council on , 20 , the City Manager and City Clerk
of the CITY OF YAKIMA has let or is about to let to the said
COLUMBIA ASPHALT & GRAVEL , INC .the above bounded Principal, a certain contract, the
said contract being numberedl957 / 195$and providing for WA AVE WIDENING/RECONSTRUCTI ch contracts 72ND TO 52ND)
is referred to herein and is made a part hereof as though attached hereto), and,
WHEREAS, the said Principal has accepted, or is about to accept, the said contract, and undertake to perform the work therein
provided for in the manner and within the time set forth;
NOW THEREFORE, if the said COLUMBIA ASPHALT & GRAVEL , INC .
shall faithfully perform all of the provisions of said contract in the manner and within the time therein set forth, or within such
extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, sub -contractors and material men,
and all persons who shall supply said principal or sub -contractors with provisions and supplies for the carrying on of said work, and
shall hold said CITY OF YAKIMA, YAKIMA AIR TERMINAL, and YAKIMA COUNTY, their employees, agents, and elected or
appointed officials, harmless from any damage occasioned to any person or property by reason of any carelessness or negligence
on the part of said principal, or any sub -contractor in the performance of said work and shall indemnify and hold the CITY OF
YAKIMA, its employees, agents, and elected or appointed officials, harmless from any damage or expense by reason of failure of
performance as specified in said contract or from defects appearing or developing in the material or workmanship provided or
performed under said contract within a period of one year after its acceptance thereof by the CITY OF YAKIMA, then and in that
event this obligation shall be void; but otherwise it shall be and remain in full force and effect.
COLUMBIA ASPHALT GVEL, INC.
/ (Con
Approved as to form:
%ague,
(City A
G)si-n6
)tom/1.3)o�<:25
By:
LisvzekA
(Print Name)
Its: P
(President, Owner, etc...)
FIDELITY & DEPOSIT COMPANY OF MARYLAND
(Sure L
By: ✓L (�. i -t L.� -ky r v4.•
TRACI SULLIVAN
(Print Name)
Its: ATTORNEY—IN—FACT
175
Power of Attorney
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a
corporation of the State of Maryland, by WILLIAM J. MILLS, Vice President, and ERIC D. BARNES, Assistant Secretary,
in pursuance of authority granted by Article V1, Section 2, of the By -Laws of said Company, 'are set forth on the
reverse side hereof and are hereby certified to be in full force and effect on the date , e by nominate, constitute
and appoint Don W. EMERICK, JR., Lissa M. SHIVELY, Traci SU ��. sig y : , tom' KEE, all of Yakima,
Washington, EACH its true and lawful agent and Attorney i. . *�% ecu - + ~+:`Ct> - , for, and on its behalf
as surety, and as its act and deed: any and all bon' . �{6wa + + �„ r gs •. +�s: o such bonds or undertakings in
pursuance of these presents, shall be as bt •r • �� .: �;r' om..`� .`�" ply, to all intents and purposes, as if they
had been duly executed and ac sy�,,y �� ;' �i� �°are ii
Itt o i ers of the Company at its office in Baltimore, Md., m
their own proper pe p 1t • . f o ro�r-, � •' . issued on behalf of Don W. EMERICK, JR., Carol KORN,
Jana PERKINS; Lis .'`�i F� ? ll/' IAN, Tammy R. MCKEE, dated April 10, 2003.
The said Assistant eby certify that the extract set forth on the reverse side hereof is a true copy of Article VI,
Section 2, of the By- . s • said Company, and is now m force.
IN WITNESS WHEREOF, the said Vice -President and Assistant Secretary have hereunto subscribed their names and
affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 28th day of February,
A.D. 2005.
ATTEST:
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
By:
Eric D Barnes Assistant Secretary William J. Mills Vice President
State of Maryland }
City of Baltimore ss.
On this 28th day of February, A.D. 2005, before the subscriber, a Notary Public of the State of Maryland, duly
commissioned and qualified, came WILLIAM J. MILLS, Vice President, and ERIC D. BARNES, Assistant Secretary of the
FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the mdividuals and officers
described in and who executed the preceding instrument, and they each acknowledged the execution of the, same, and being
by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid,
and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal
and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of
the said Corporation.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above
written.
POA -F 180-3127
Maria D. Adamski Notary Public
My Commission Expires: July 8, 2007
EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND
"Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice -President, or any of the Senior
Vice -Presidents or Vice -Presidents specially authorized so to do by the Board of Directors or by the Executive Committee,
shall have power, by and with theconcurrence of the Secretary or any one of the Assistant Secretaries, to appomt Resident
Vice -Presidents, Assistant Vice -Presidents and Attorneys -in -Fact as the business of the Company may require, or to
authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations,
policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in
the nature of mortgages,...and to affix the seal of the Company thereto."
CERTIFICATE
I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify
that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that
the Vice -President who executed the said Power of Attorney was one of the additional Vice -Presidents specially authorized
by the Board of Directors to appoint any Attorney -in -Fact as provided m Article VI, Section 2, of the By -Laws of the
FIDELITY AND DEPOSIT COMPANY OF MARYLAND.
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the
Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on
the 10th day of May, 1990.
RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically
reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or
hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and
binding upon the Company with the same force and effect as though manually affixed."
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company,
this 26TH day of SEPTEMBER , 2005
Assistant Secretary
MARSH FAX
To: City of Yakima
Fax #: 576-6314
CERTIFICATE ACCEPTABLE:
_,„.
hoz
Attn:=DanFord
From:
Yes
Joel Pearson
CITY OF YAKIMA
LIABILITY CERTIFICATE CHECKLIST
Contractor: Columbia Asphalt
Job Description: Projects 1957 & 1958
1. Carriers admitted in the State of Washington an A -VII or better in Best's
Guide.
2. Commercial General Liability on an occurrence basis subject to a
$1,000,000 limit per occurrence.
3. Automobile includes "Any Auto" and is subject to a $1,000,000 limit.
4. Employers Liability shown at a $1,000,000 limit per occurrence.
5. City of Yakima, their agents, employees, and elected and appointed officials
are listed as an Additional Insured.
6. Copy of Additional Insured endorsement included.
7. Per Job Aggregate endorsement shown. If not, is a $2,000,000 Umbrella
limit shown over $1,000,000 underlying?
8. Is the General Liability policy subject to a deductible of $5,000 or less? If
higher, approval is required by the City.
'9. Under cancellation section is "Endeavor to" and "But failure to mail such
notice shall impose no obligation or liability of any kind upon the company,
its agents or representatives" crossed out? Is 20 days or more notice of
cancellation shown?
Joel Pearson 10/3/2005
Completed By
Certificate Checklist 2 / Sheetl
S:\Bus_Unit\ANY\102-jp\clients\Yakima, City ofCertificate Checklist.xls
x
x
Date
01/23/2003
1
1
1
' COVERAGES
AC®Rp CERTIFICATE OF LIABILITY
INSURANCE
DATE )
09/26/2 005
TYPE OF INSURANCE
PRODUCER' (509)965-2090 FAX (509)966-3454
Conover Insurance, Inc. (Y)
125 N. 50th Ave.
P.O. Box 10088 -
Yakima, WA 98909-1088
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERT FICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
INSURERS AFFORDING COVERAGE
NAIC #
INSURED Columbia Asphalt & Gravel, Inc.
Columbia Ready -Mix, Inc.
P.O. Box 9337
Yakima, WA 98909
INSURER A: Zurich American Ins. Co
GENERAL
INSURER B: Ins Co of the State of PA
CP03697348
INSURER C:
04/26/2006
INSURER D:
$ 1,000,000
INSURER E:
DAMAGE TO RENTED
PRFMISFS (Fa nrcurorwp)
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
'
INSR
LTR
ADD'L
INSRD
TYPE OF INSURANCE
POLICY NUMBER
POLICY EFFECTIVE
1 (MMI UXQL._DA
POLICY EXPIRATION
(MM/IIDIYYI
LIMITS
I A
GENERAL
LIABILITY
COMMERCIAL GENERAL LIABILITY
CP03697348
_DA
04/26/2006
04/26/2006
EACH OCCURRENCE
$ 1,000,000
X
DAMAGE TO RENTED
PRFMISFS (Fa nrcurorwp)
$ 300 000
CLAIMS MADE X OCCUR
MED EXP (Any one person)
$ 10,000
PERSONAL & ADV INJURY
$ 1,000,000
GENERAL AGGREGATE
$ 2,000,000
GEN'L AGGREGATE LIMIT APPLIES PER:
PRODUCTS - COMP/OP AGG
$ 2,000,000
7 POLICYn PROT LOC
JEC
I
A
IF
AUTOMOBILE
LIABILITY
ANY AUTO
ALL OWNED AUTOS
SCHEDULED AUTOS
HIRED AUTOS
NON -OWNED AUTOS
BAP3697349
04/26/2005
04/26/2006
COMBINED SINGLE LIMIT
(Ea accident)
$
1,000,000
X
BODILY INJURY
(Per person)
$
BODILY INJURY
(Per accident)
$
PROPERTY DAMAGE
(Per accident)
$
GARAGE
LIABILITY
ANY AUTO
AUTO ONLY - EA ACCIDENT
$
OTHER THAN EA ACC
$
AUTO ONLY* AGG
$
EXCESS/UMBRELLA UABIUTY
47052937
04/26/2005
04/26/2006
EACH OCCURRENCE
$ 2,000,000
OCCUR CLAIMS MADE
AGGREGATE
$ 2,000,000
DEDUCTIBLE
RETENTION $
$
$
$
WORKERS COMPENSATION AND
EMPLOYERS' LIABILITY EMPLOYERS
ANY PROPRIETOR/PARTNER/EXECUTIVE
OFFICER/MEMBER EXCLUDED?
IfyEesPribe under
SPECIAL PROVISIONS below
CP03697348
LIAB/STOP GAP
WORK COMP - STATUTORY
04/26/2005
04/26/2006
WC STATU- OTH-
TORY LIMITS FR
E.L. EACH ACCIDENT
$ 1,000,000
E.L. DISEASE - EA EMPLOYEE
$ 1,000,000
E.L. DISEASE - POLICY LIMIT
$ 1,000,000
OTHER
DESCRIPTION OF OPERATIONS /LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS
'e: Project 1957 & 1958 - Washington Avenue Widening/Reconstruction - 72nd Ave to 52nd Ave. -
ity of Yakima, its agents, employees and -elected or appointed officials are named as Additional
nsured per form U -GL -1175-A CW 9/03 attached.
1
CERTIFICATE HOLDER
CANCELLATION
City of Yakima
129 N. 2nd Street
Yakima, WA 98901
CORD 25 (2001/08)
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCDLLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL latali3006 MAIL
20 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
XIXD(d X6XXXEXIXIVKJQdfDIIKIXYXl+XiXXXiISXIXIXXXX
XPOIRMIXXXNKXXAMXXXXXXXXXXXD(D(& LafAG EXXXXXXXXXX
AUTHORIZED REPRESENTATIVE
David LaRiviere/TRACIS
©ACORD CORPORATION 1988
o
IMPORTANT
If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement
on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may
require an endorsement. A statement on this certificate does not confer rights to the certificate
holder in lieu of such endorsement(s).
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between
the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it
affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon.
ACORD 25 (2001/08)
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Additional Insured — Automatic - Owners, Lessees Or
Contractors - Broad Form
ZURICH
Policy No.
Eff. Date of Pol.
Exp. Date of Pol.
Eff. Date of End.
Producer
Add'I. Prem
Retum Prem.
$
$
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
This endorsement modifies insurance provided under the:
Commercial General Liability Coverage Part
A. WHO IS AN INSURED (Section II) is amended to include as an insured any person or organization whom you are required
to add as an additional insured on this policy under a written contract or written agreement.
B. The insurance provided to additional insureds applies only to "bodily injury", "property damage" or "personal and advertis-
mg injury" covered under Section I, Coverage A, BODILY INJURY AND PROPERTY DAMAGE LIABILITY and
Coverage B, PERSONAL AND ADVERTISING INJURY LIABILITY, but only if:
1. The "bodily injury" or "property damage" results from your negligence; and
2. The "bodily injury", "property damage" or "personal and advertising injury" results directly from:
a. Your ongoing operations; or
b. "Your work" completed as included in the "products -completed operations hazard",
performed for the additional insured, which is the subject of the written contract or written agreement.
C. However, regardless of the provisions of paragraphs A. and B. above:
1. We will not extend any insurance coverage to any additional insured person or organization:
a. That is not provided to you in this policy; or
b. That is any broader coverage than you are required to provide to the additional insured person or organization in the
written contract or written agreement; and
2. We will not provide Limits of Insurance to any additional insured person or organization that exceed the lower of:
a. The Limits of Insurance provided to you in this policy; or
b. The Limits of Insurance you are required to provide in the written contract or wntten agreement.
D. The insurance provided to the additional insured person or organization does not apply to:
1. "Bodily injury", "property damage" or "personal and advertising injury" that results solely from negligence of the addi-
tional insured; or
Includes copyrighted material of Insurance Services Office. Inc. with its permission.
U -GL -1175-A CW (9/03)
Page 1 of 2
•
2. "Bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering or failure to
render any professional architectural, engineering or surveying services including:
a. The preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field
orders, change orders or drawings and specifications; and
b. Supervisory, inspection, architectural or engineering activities.
E. The additional insured must see to it that:
1. We are notified as soon as practicable of an "occurrence" or offense that may result in a claim:
2. We receive written notice of a claim or "suit" as soon as practicable; and
3. A request for defense and indemnity of the claim or "suit" will promptly be brought against any policy issued by an-
other insurer under which the additional insured also has rights as an insured or additional insured.
F. The insurance provided by this endorsement is primary insurance and we will not seek contribution from any other in-
surance available to any additional insured person or organization unless the other insurance is provided by a contractor
other than you for the same operations and job location. Then we will share with that other insurance by the method de-
scribed in paragraph 4.c. of SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS.
Any provisions in this Coverage Part not changed by the terms and conditions of this endorsement continue to apply as wnt-
ten.
U -GL -I 175-A CW (9/03)
Page 2 of 2
RELEASE OF RETAINAGE BOND OF CONTRACTOR
FIDELIT? IND DEPOSIT COMPANY OF MARYLAND,
Bond 8811410
COLUMBIA ASPHALT & GRAVEL „INC.
KNOW ALL MEN BY THESE pP53E`rrS : (hereinafter
called Principal), as Principal, and Fidelit7 & Deposit Co:aaany of Maryland
a corporation organized and doing business under and by virtue of the laws of
the Stat_ of Maryland. and duly licensed for the purpose of making,
guaranteeing or becoming sole surety upon bonds or undertakings required or
authorized by the laws of the State of Washington. (hereinafter call Surety),
are held and firmly bound unto CITY OF YAKIMA zereizafter
called Obligee) In the just and full sum of ONE HUNDRED THIRTY-SEVEN THOUSAND EIGHTY-
EIGHT & NO/100 ($137,088.00) lawful money of the United States of Arer'_ca.
for the payment of which, well and truly to be made, we hereby bind ourselves.
aur heirs, executors, administrators, successors and assigns, jointly, firmly,
by these presents.
THE CONDITIONS OF MIS OBLIGATION ARE SUCH THAT, Whereas., the said
Principal on the day of entered into a written contract with
the said obligee for PROJECT 1957 & 1958 WA AVENUE WIDENING/RECONSTRUCTION -
72ND TO 52ND, which said c=ontract is hereby referred to and :Wade a part hereof
by reference.
warmas, the above named Principal has requested release of Retained
percentage earned or which may be earned under said contract, and.
mimuu S, the obligee is frilling to release retained percentage in advance of
contract terms relating to payment provided the principal shall file bend to
Indemnify the obligee for all loss, cost or damages which the obligee may
sustain by reason of payment of retainage to the principal.
*CW. ITERHFORS, the condition of this obligation is such that if the princ:pai
shall Inde_mnifv the obl.icee for all loss, cost of damages which the obligee
may sustain by � reason of payment of retainage percentage to the principal then
this obligation shall be null and void otherwise to remain in full force and
effect.
IN WITNESS WHEREOF, said Principal and said Surety have caused these presents
to be duly signed and sealed this 26TH day of SEPTEMBER, 2005
COLUMBIA ASPHALT & GRAVEL, INC.
•
FIDELITY & DEPOSIT COMPANY OF MARYLAND
TRACI SULLIVAN, ATTORNEY-IN-FACT
•
Power of Attorney
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a
corporation of the State of Maryland, by.WILLIAM J MILLS, Vice President, and ERIC D. BARNES, Assistant Secretary,
in pursuance of authority granted by Article V1, Section 2, of the By -Laws of said Company, . vare set forth on the
reverse side hereof and are hereby certified to be m full force and effect on the date e. cQs '!T'� by nominate, constitute
and appoint Don W. EMERICK, JR., Lissa M. SHIVELY, Traci S • 1 s ` y t , i,' KEE, all of Yakima,
Washington, EACH its true and lawful agent and Attorney -i. . Girt "'�I ; - cu + �+ :'K�"' , for, and on its behalf
as surety, and as its act and deed: any and all bons . ; av t r ► gs . . :+!: i"' 1a� Io—such bonds or undertakings in
pursuance of these presents, shall be as bio . • .: • : ,ham' om.. '"� :. "' ply, to all intents and purposes, as if they
had been dulyexecuted and ac r +,
••• �� :;:� .. ere• � �''-��� o`�`'i ers of the Company at its office in Baltimore, Md., in
their own proper pe p 1►• of o iii, 1•, �i• issued on behalf of Don W. EMERICK, JR., Carol KORN,
Jana PERKINS, Lis . ` . F 'i� l gook ' AN, Tammy R. MCKEE, dated April 10, 2003.
The said Assistant
1:011.1i
es
e
eby certify that the extract set forth on the reverse side hereof is a true copy of Article VI,
said Company, 2, of the By- and is now in force.
IN WITNESS WHEREOF, the said Vice -President and Assistant Secretary have hereunto subscribed their names and
affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 28th day of February,
A.D. 2005.
ATTEST:
,o„
Eric D Barnes
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
rl
t •
By:
Assistant Secretary William J Mills
Vice President
State of Maryland ss:
City of Baltimore f
On this 28th day of February, A.D. 2005, before the subscriber, a Notary Public of the State of Maryland, duly
commissioned and qualified, came WILLIAM J. MILLS, Vice President, and ERIC D. BARNES, Assistant Secretary of the
FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers
described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and bemg
by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid,
and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal
and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of
the said Corporation.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above
written.
POA -F 180-3127
Maria D. Adamski Notary Public
My Commission Expires: July 8, 2007
EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND
"Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice -President, or any of the Senior
Vice -Presidents or Vice -Presidents specially authorized so to do by the Board of Directors or by the Executive Committee,
shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident
Vice -Presidents, Assistant Vice -Presidents and Attorneys -in -Fact as the business of the Company may require, or to
authorize any person or persons to execute on behalf of the Company any bonds, undertalung, recognizances, stipulations,
policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in
the nature of mortgages,...and to affix the seal of the Company thereto."
CERTIFICATE
I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify
that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that
the Vice -President who executed the said Power of Attorney was one of the additional Vice -Presidents specially authorized
by the Board of Directors to appoint any Attorney -in -Fact as provided m Article VI, Section 2, of the By -Laws of the
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
This Power of Attorney and Certificate may be signed by facsimile under and by authonty of the following resolution of the
Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on
the 10th day of May, 1990.
RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically
reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or
hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and
binding upon the Company with the same force and effect as though manually affixed."
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company,
this 26TH day of SEPTEMBER 2005
Assistant Secretary
STATE OF WASHINGTON)
COUNTY OF YAKIMA )
ss
MINIMUM WAGE AFFIDAVIT
I, the undersigned, having been duly sworn, depose, say and certify that in connection with the
performance of the work, payment for which this voucher is submitted, I have paid the following
rate per hour to each classification of laborers, workmen, or mechanics, as indicated upon the
attached list, now referred to and by such reference incorporated in and made an integral part
hereof, for all such employed in the performance of such work; and no laborer, workman or
mechanic so employed upon such work has been paid less than the prevailing rate of wage or
Tess than the minimum rate of wages as specified in the principal contract; that I have read the
above and foregoing statement and certificate, know the contents thereof and the substance as
set forth therein is true to my knowledge and belief.
Subscribed and sworn to before me on this
Contractor
day of , 200
Notary Public in and for the State of
Washington residing at
181
1
1
1
PREVAILING WAGE RATES
1 Department of labor & Industries Statement
1 Prevailing Wage Rates for Yakima County
1 DOLI - Manufacture & Fabrication Notice
1 Benefit Code Key
1
1
1
1
1
1
1
1
1
1
1
PREVAILING WAGE RATES
The prevailing rate of wages to be paid to all workmen, laborers, or mechanics employed in the
performance of any part of this contract shall be in accordance with the provisions of Chapter
39.12 RCW, as amended. The rules and regulations of the Department of Labor and Industries
are by reference made a part of this contract as though fully set forth herein. The current
schedule of prevailing wage rates for the locality or localities where this contract will be
performed, as determined by the Industrial Statistician of the Department of Labor and Industries,
are included in these contract documents.
Inasmuch as the contractor will be held responsible for paying the prevailing wages, it is
imperative that all contractors familiarize themselves with the current wage rates, as determined
by the Industrial Statistician of the Department of Labor and Industries, before submitting bids
based on these specifications.
In case any dispute arises as to what are the prevailing rates of wages for work of a similar nature
and such dispute cannot be adjusted by the parties in interest, including labor and management
representatives, the matter shall be referred for arbitration to the Director of the Department of
Labor and Industries of the State and his decision therein shall be final and conclusive and biding
on all parties involved in the dispute as provided for by RCW 39.12.060 as amended.
Current prevailing wage rules and data can be furnished by the Industrial Statistician upon
request. You may submit your request to:
Department of Labor and Industries
ESAC Division
PO Box 44540
Olympia, Washington 98504-4540
Telephone: 360-902-5335
183
General Decision Number: WA030001 07/29/2005 WA1
Superseded General Decision Number: WA020001
State: Washington
Construction Types: Heavy (Heavy, and Dredging) and Highway
Counties: Washington Statewide.
HEAVY AND HIGHWAY AND DREDGING CONSTRUCTION PROJECTS (Excludes
D.O.E. Hanford Site in Benton and Franklin Counties)
Modification Number Publication Date Modification Number Publication Date
0 06/13/2003 16 10/15/2004
1 01/23/2004 17 10/22/2004
2 02/06/2004 18 11/05/2004
3 02/13/2004 19 11/19/2004
4 03/05/2004 20 12/03/2004
5 03/12/2004 21 01/14/2005
6 04/16/2004 22 02/18/2005
7 05/14/2004 23 03/18/2005
8 06/18/2004 24 03/25/2005
9 06/25/2004 25 04/01/2005
10 07/02/2004 26 04/22/2005
11 07/23/2004 27 06/03/2005
12 08/06/2004 28 06/10/2005
13 08/20/2004 29 06/17/2005
14 09/03/2004 30 07/08/2005
15 10/01/2004 31 07/29/2005
CARP0001-008 06/01/2005
Rates Fringes
Carpenters:
COLUMBIA RIVER AREA -
ADAMS, BENTON, COLUMBIA,
DOUGLAS (EAST OF THE 120TH
MERIDIAN), FERRY,
FRANKLIN, GRANT, OKANOGAN
(EAST OF THE 120TH
MERIDIAN) AND WALLA WALLA
COUNTIES
GROUP 1• $ 24.18 7.75
GROUP 2• $ 25.29 7.75
GROUP 3• $ 24.45 7.75
GROUP 4• $ 24.18 7.75
GROUP 5• $ 59.90 7.75
GROUP 6• $ 28.32 7.75
WA030001 Modification 31 1
Federal Wage Determination
SPOKANE AREA: ASOTIN,GARFIELD, LINCOLN, PEND OREILLE, SPOKANE, STEVENS
AND WHITMAN COUNTIES
GROUP 1• $ 23.51 7.75
GROUP 2 $ 24.61 7.75
GROUP 3• $ 23.77 7.75
GROUP 4• $ 23.51 7.75
GROUP 5• $ 58.24 7.75
GROUP 6• $ 27.60 7.75
CARPENTERS CLASSIFICATIONS
GROUP 1: Carpenter; Burner -Welder; Rigger and Signaler;
Insulators (all types), Acoustical, Drywall and Metal
Studs, Metal Panels and Partitions; Floor Layer, Sander,
Finisher and Astro Turf; Layout Carpenters; Form Builder;
Rough Framer; Outside or Inside Finisher, including doors,
windows, and jams; Sawfiler; Shingler (wood, composition)
Solar, Fiberglass, Aluminum or Metal; Scaffold Erecting and
Dismantling; Stationary Saw -Off Bearer; Wire, Wood and
Metal Lather Applicator
GROUP 2: Millwright, machine erector
GROUP 3: Piledriver - includes driving, pulling, cutting,
placing collars, setting, welding, or creosote treated
material, on all piling
GROUP 4: Bridge, dock and wharf carpenters
GROUP 5: Divers
GROUP 6: Divers Tender
DEPTH PAYY FOR
Each foot over
Each foot over
Each foot over
DIVERS:
50-100 feet
100-175 feet
175-250 feet
$1.00
2.25
5.50
HAZMAT PROJECTS:
Anyone working on a HAZMAT job (task), where HAZMAT
certification is required, shall be compensated at a
premium, in addition to the classification working in as
follows:
LEVEL D + $.25 per hour - This is the lowest level of
protection. No respirator is used and skin protection is
minimal.
LEVEL C + $.50 per hour - This level uses an air purifying
respirator or additional protective clothing.
LEVEL B + $.75 per
Level A. Supplied
a chemical "splash
hour - Uses same respirator protection as
air line is provided in conjunction with
suit".
LEVEL A +$1.00 per hour - This level utilizes a fully
encapsulated suit with a self-contained breathing apparatus
or a supplied air line.
WA030001 Modification 31 2
Federal Wage Determination
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
CARP0003-006 06/01/2005
SOUTHWEST WASHINGTON: CLARK, COWLITZ, KLICKITAT,
LEWIS(Piledriver only), PACIFIC (South of a straight line made
by extending the north boundary line of Wahkiakum County west
to Willapa Bay to the Pacific Ocean), SKAMANIA AND WAHKIAKUM
COUNTIES and INCLUDES THE ENTIRE PENINSULA WEST OF WILLAPA BAY
SEE ZONE DESCRIPTION FOR CITIES BASE POINTS
ZONE 1:
Rates Fringes
Carpenters:
CARPENTERS; ACOUSTICAL $ 28.41 11.16
DIVERS TENDERS $ 31.01 11.16
DIVERS $ 67.18 11.16
DRYWALL $ 28.41 11.16
FLOOR LAYERS & FLOOR
FINISHERS (the laying of
all hardwood floors nailed
and mastic set, parquet
and wood -type tiles, and
block floors, the sanding
and finishing of floors,
the preparation of old and
new floors when the
materials mentioned above
are to be installed);
INSULATORS (fiberglass and
similar irritating
materils $ 28.56 11.16
MILLWRIGHTS $ 28.91 11.16
PILEDRIVERS $ 28.91 11.16
DEPTH PAY:
50 TO 100 FEET $1.00 PER FOOT OVER 50 FEET
100 TO 150 FEET 1.50 PER FOOT OVER 100 FEET
150 TO 200 FEET 2.00 PER FOOT OVER 150 FEET
Zone Differential (Add up Zone 1 rates):
Zone 2 - $0.85
Zone 3 - 1.25
Zone 4 - 1.70
Zone 5 - 2.00
Zone 6 - 3.00
WA030001 Modification 31 3
Federal Wage Determination
BASEPOINTS: ASTORIA, LONGVIEW, PORTLAND, THE DALLES, AND
VANCOUVER, (NOTE: All dispatches for Washington State
Counties: Cowlitz, Wahkiakum and Pacific shall be from
Longview Local #1707 and mileage shall be computed from
that point.)
ZONE
city
ZONE 2:
miles of
ZONE 3:
miles of
ZONE 4:
miles of
ZONE 5:
miles of
ZONE 6:
1: Projects located within 30 miles of the respective
hall of the above mentioned cities
Projects located more than 30 miles and less than
the respective city of the above mentioned cities
40 miles and less than
above mentioned cities
50 miles and less than
above mentioned cities.
60 miles and less than 70
above mentioned cities
70 miles of the respected
city of
Projects located more than
the respective city of the
Projects located more than
the respective city of the
Projects located more than
the respective city of the
Projects located more than
the above mentioned cities
40
50
60
* CARP0770-003 06/01/2005
Rates Fringes
Carpenters:
CENTRAL WASHINGTON:
CHELAN, DOUGLAS (WEST OF
THE 120TH MERIDIAN),
KITTITAS, OKANOGAN (WEST
OF THE 120TH MERIDIAN) AND
YAKIMA COUNTIES
ACCOUSTICAL WORKERS $ 21.71 10.45
CARPENTERS AND DRYWALL
APPLICATORS $ 21.45 10.45
CARPENTERS ON CREOSOTE
MATERIAL $ 21.55 10.45
DIVERS TENDER $ 32.26 10.67
DIVERS $ 72.52 10.67
INSULATION APPLICATORS $ 21.45 10.45
MILLWRIGHT AND MACHINE
ERECTORS $ 30.40 10.45
PILEDRIVER, BRIDGE DOCK
AND WHARF CARPENTERS $ 29.40 10.45
PILEDRIVER, DRIVING,
PULLING, CUTTING, PLACING
COLLARS, SETTING, WELDING
OR CRESOTE TREATED
MATERIAL, ALL PILING $ 29.60 10.45
SAWFILERS, STATIONARY
POWER SAW OPERATORS,
FLOOR FINISHER, FLOOR
LAYER, SHINGLER, FLOOR
SANDER OPERATOR AND
OPERATORS OF OTHER
STATIONARY WOOD WORKING
TOOLS $ 21.58 10.45
WA030001 Modification 31
Federal Wage Determination
(HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - ALL
CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS
Hourly Zone Pay shall be paid on jobs located outside of the
free zone computed from the city center of the following
listed cities:
Seattle
Auburn
Renton
Aberdeen-Hoquiam
Ellensburg
Centralia
Chelan
Zone Pay:
0 -25
25-35
35-45
45-55
Over
Olympia
Bremerton
Shelton
Tacoma
Everett
Mount Vernon
Pt. Townsend
radius miles
radius miles
radius miles
radius miles
55 radius miles
Free
$1.00/hour
$1.15/hour
$1.35/hour
$1.55/hour
Bellingham
Anacortes
Yakima
Wenatchee
Port Angeles
Sunnyside
(HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - MILLWRIGHT
AND PILEDRIVER ONLY)
Hourly Zone Pay shall be computed from Seattle Union Hall,
Tacoma City center, and Everett City center
Zone Pay:
0 -25 radius miles
25-45 radius miles
Over 45 radius miles
Free
$ .70/hour
$1.50/hour
WA030001 Modification 31
Federal Wage Determination
* CARP0770-006 06/01/2005
Rates
Fringes
Carpenters:
WESTERN WASHINGTON: CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON,
KING, KITSAP, LEWIS (excludes piledrivers only), MASON, PACIFIC (North
of a straight line made by extending the north boundary line of
Wahkiakum County west to the Pacific Ocean), PIERCE, SAN JUAN, SKAGIT,
SNOHOMISH, THURSTON AND WHATCOM COUNTIES
ACOUSTICAL WORKERS $ 29.56 10.67
BRIDGE, DOCK & WHARF
CARPENTERS $ 29.40 10.67
CARPENTERS AND DRYWALL
APPLICATORS $ 29.40 10.67
CARPENTERS ON CREOSOTE
MATERIAL $ 29.50 10.67
DIVERS TENDER $ 32.26 10.67
DIVERS $ 72.52 10.67
INSULATION APPLICATORS $ 29.40 10.67
MILLWRIGHT AND MACHINE
ERECTORS $ 30.40 10.67
PILEDRIVER, DRIVING,
PULLING, CUTTING, PLACING
COLLARS, SETTING, WELDING
OR CRESOTE TREATED
MATERIAL, ALL PILING $ 29.60 10.67
SAWFILERS, STATIONARY
POWER SAW OPERATORS,
FLOOR FINISHER, FLOOR
LAYER, SHINGLER, FLOOR
SANDER OPERATOR AND
OPERATORS OF OTHER
STATIONARY WOOD WORKING
TOOLS $ 29.53 10.67
(HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - ALL
CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS
Hourly -Zone Pay shall be paid on jobs located outside of the
free zone computed from the city center of the following
listed cities:
Seattle
Auburn
Renton
Aberdeen-Hoquiam
Ellensburg
Centralia
Chelan
Olympia
Bremerton
Shelton
Tacoma
Everett
Mount Vernon
Pt. Townsend
Zone Pay:
0 -25 radius miles
25-35 radius miles
35-45 radius miles
45-55 radius miles
Over 55 radius miles
Free
$1.00/hour
$1.15/hour
$1.35/hour
$1.55/hour
WA030001 Modification 31
Federal Wage Determination
Bellingham
Anacortes
Yakima
Wenatchee
Port Angeles
Sunnyside
(HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - MILLWRIGHT
AND PILEDRIVER ONLY)
Hourly Zone Pay shall be computed from Seattle Union Hall,
Tacoma City center, and Everett City center
Zone Pay:
0 -25 radius miles Free
25-45 radius miles $ .70/hour
Over 45 radius miles $1.50/hour
* ELEC0046-001 06/06/2005
CALLAM, JEFFERSON, KING AND KITSAP COUNTIES
Rates
Fringes
Cable splicer $ 36.85 3%+12.64
Electrician $ 33.50 3%+12.64
ELEC0048-003 01/01/2005
CLARK, KLICKITAT AND SKAMANIA COUNTIES
Rates
Fringes
Cable splicer $ 31.60 3%+$13.05
Electrician $ 31.35 3%+$13.05
ELEC0073-001 07/01/2004
ADAMS, FERRY, LINCOLN, PEND OREILLE, SPOKANE, STEVENS, WHITMAN
COUNTIES
Rates Fringes
Cable splicer $ 24.07 3%+11.58
Electrician $ 23.67 3%+11.58
ELEC0076-002 09/01/2004
GRAYS HARBOR, LEWIS, MASON, PACIFIC, PIERCE, AND THURSTON
COUNTIES
Rates Fringes
Cable splicer $ 34.13 3%+12.56
Electrician $ 30.75 3%+12.56
WA030001 Modification 31 7
Federal Wage Determination
ELEC0077-002 02/01/2005
Rates Fringes
Line Construction:
CABLE SPLICERS $ 39.48 3.875%+9.75
GROUNDMEN $ 24.68 3.875%+8.00
LINE EQUIPMENT MEN $ 30.32 3.875%+8.00
LINEMEN, POLE SPRAYERS,
HEAVY LINE EQUIPMENT MAN$ 35.25 3.875%+9.75
POWDERMEN, JACKHAMMERMEN$ 26.44 3.875%+8.00
TREE TRIMMER $ 20.98 3.875%+7.94
ELEC0112-005 06/01/2005
ASOTIN, BENTON, COLUMBIA, FRANKLIN, GARFIELD, KITTITAS, WALLA
WALLA, YAKIMA COUNTIES
Rates Fringes
Cable splicer $ 31.24 3%+12.28
Electrician $ 29.90 3%+12.43
ELEC0191-003 09/01/2004
ISLAND, SAN JUAN, SNOHOMISH, SKAGIT AND WHATCOM COUNTIES
Rates Fringes
Cable splicer $ 33.72 3%+10.33
Electrician $ 30.66 3%+10.33
ELEC0191-004 09/01/2004
CHELAN, DOUGLAS, GRANT AND OKANOGAN COUNTIES
Rates
Fringes
Cable splicer $ 29.33 3%+10.28
Electrician $ 26.66 3%+10.28
ELEC0970-001 01/01/2005
COWLITZ AND WAHKIAKUM COUNTIES
Rates Fringes
Cable splicer $ 31.57 3%+10.60
Electrician $ 28.70 3%+10.60
WA030001 Modification 31 8
Federal Wage Determination
ENGI0302-003 06/01/2005
CHELAN (WEST OF THE 120TH MERIDIAN), CLALLAM, DOUGLAS (WEST OF
THE 120TH MERIDIAN), GRAYS HARBOR, ISLAND, JEFFERSON, KING,
KITSAP, KITTITAS, MASON, OKANOGAN (WEST OF THE 120TH MERIDIAN),
SAN JUNA, SKAGIT, SNOHOMISH, WHATCOM AND YAKIMA (WEST OF THE
120TH MERIDIAN) COUNTIES
PROJECTS: CATEGORY A PROJECTS (EXCLUDES CATEGORY B PROJECTS, AS
SHOWN BELOW)
Zone 1 (0-25 radius miles):
Rates Fringes
Power equipment operators:
Group 1A $ 31.08 11.05
Group IAA $ 31.63 11.05
Group lAAA $ 32.17 11.05
Group 1 $ 30.54 11.05
Group 2 $ 30.07 11.05
Group 3 $ 29.66 11.05
Group 4 $ 27.37 11.05
Zone Differential (Add to Zone 1 rates):
Zone 2 (26-45 radius miles) - $ .70
Zone 3 (Over 45 radius miles) - $1.00
BASEPOINTS: Aberdeen, Bellingham, Bremerton, Everett, Kent,
Mount Vernon, Port Angeles, Port Townsend, Seattle, Shelton,
Wenatchee, Yakima
POWER EQUIPMENT OPERATORS CLASSIFICATIONS
GROUP lAAA - Cranes -over 300 tons, or 300 ft of boom
(including jib with attachments)
GROUP IAA - Cranes 200 to 300 tons, or 250 ft of boom
(including jib with attachments); Tower crane over 175 ft in
height, base to boom
GROUP lA - Cranes, 100 tons thru 199 tons, or 150 ft of boom
(including jib with attachments); Crane -overhead, bridge
type, 100 tons and over; Tower crane up to 175 ft in height
base to boom; Loaders -overhead, 8 yards and over; Shovels,
excavator, backhoes-6 yards and over with attachments
GROUP 1 - Cableway; Cranes 45 tons thru 99 tons, under 150 ft
of boom (including jib with attachments); Crane -overhead,
bridge type, 45 tons thru 99 tons; Derricks on building work;
Excavator, shovel, backhoes over 3 yards and under 6 yards;
Hard tail end dump articulating off-road equipment 45 yards
and over; Loader- overhead 6 yards to, but not including 8
yards; Mucking machine, mole, tunnel, drill and/or shield;
Quad 9, HD 41, D-10; Remote control operator on rubber tired
earth moving equipment; Rollagon; Scrapers -self propelled 45
yards and over; Slipform pavers; Transporters, all truck or
track type
WA030001 Modification 31 9
Federal Wage Determination
GROUP 2 - Barrier machine (zipper); Batch Plant Operaor-
Concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with
attachments; Crane -overhead, bridge type -20 tons through 44
tons; Chipper; Concrete Pump -truck mount with boom
attachment; Crusher; Deck Engineer/Deck Winches (power);
Drilling machine; Excavator, shovel, backhoe -3 yards and
under; Finishing Machine, Bidwell, Gamaco and similar
equipment; Guardrail punch; Horizontal/directional drill
operator; Loaders -overhead under 6 yards; Loaders -plant feed;
Locomotives -all; Mechanics -all; Mixers -asphalt plant; Motor
patrol graders -finishing; Piledriver (other than crane
mount); Roto-mill,roto-grinder; Screedman, spreader, topside
operator-Blaw Knox, Cedar Rapids, Jaeger, Caterpillar, Barbar
Green; Scraper -self propelled, hard tail end dump,
articulating off-road equipment -under 45 yards; Subgrade
trimmer; Tractors, backhoes-over 75 hp; Transfer material
service machine -shuttle buggy, blaw knox-roadtec; Truck crane
oiler/driver-100 tons and over; Truck Mount portable
conveyor; Yo Yo Pay dozer
GROUP 3 - Conveyors; Cranes-thru 19 tons with attachments;
A -frame crane over 10 tons; Drill oilers -auger type, truck or
crane mount; Dozers -D-9 and under; Forklift -3000 lbs. and
over with attachments; Horizontal/directional drill locator;
Outside hoists -(elevators and manlifts), air tuggers, strato
tower bucket elevators; Hydralifts/boom trucks over 10 tons;
Loader -elevating type, belt; Motor patrol
grader-nonfinishing; Plant oiler- asphalt, crusher;
Pumps -concrete; Roller, plant mix or multi -lift materials;
Saws -concrete; Scrpers-concrete and carry -all; Service
engineer -equipment; Trenching machines; Truck Crane
Oiler/Driver under 100 tons; Tractors, backhoe 75 hp and under
GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor;
Concrete finish mahine-laser screed; Cranes -A frame -10 tons
and under; Elevator and Manlift-permanent or shaft type;
Gradechecker, Stakehop; Forklifts under 3000 lbs. with
attachments; Hydralifts/boom trucks, 10 tons and under; Oil
distributors, blower distribution and mulch seeding operator;
Pavement breaker; Posthole digger, mechanical; Power plant;
Pumps, water; Rigger and Bellman; Roller -other than plant
mix; Wheel Tractors, farmall type; Shotcrete/gunite equipment
operator
WA030001 Modification 31 10
Federal Wage Determination
CATEGORY B PROJECTS: 95% OF THE BASIC HOURLY RATE FOR EACH
GROUP PLUS FULL FRINGE BENEFITS APPLICABLE TO CATEGORY A
PROJECTS SHALL APPLY TO THE FOLLOWING PROJECTS. REDUCED
RATES MAY BE PAID ON THE FOLLOWING:
1. Projects involving work on structures such as buildings
and bridges whose total value is less than $1.5
million excluding mechanical, electrical, and utility portions
of the contract.
2. Projects of less than $1 million where no building is
involved. Surfacing and paving including, but
utilities excluded.
3. Marine projects (docks, wharfs, ect.) less than $150,000.
HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all craft
classifications subject to working inside a federally designed
hazardous perimeter shall be elgible for compensation in
accordance with the following group schedule relative to the
level of hazardous waste as outlined in the specific hazardous
waste project site safety plan.
H-1 Base wage rate when on
outfitted with protective c
H-2 Class "C" Suit - Base
H-3 Class "B" Suit - Base
H-4 Class "A" Suit - Base
a hazardous waste site when not
lothing.
wage rate plus $.25 per hour.
wage rate plus $.50 per hour.
wage rate plus $.75 per hour.
ENGI0302-009 06/01/2005
CHELAN (WEST OF THE 120TH MERIDIAN), CLALLAM, DOUGLAS (WEST OF
THE 120TH MERIDIAN), GRAYS HARBOR, ISLAND, JEFFERSON, KING,
KITSAP, KITTITAS, MASON, OKANOGAN (WEST OF THE 120TH MERIDIAN),
SAN JUNA,SKAGIT, SNOHOMISH, WHATCOM AND YAKIMA (WEST OF THE
120TH MERIDIAN) COUNTIES'
ON PROJECTS DESCRIBED IN FOOTNOTE A BELOW, THE RATE FOR EACH
GROUP SHALL BE 95% OF THE BASE RATE PLUS FULL FRINGE BENEFITS.
ON ALL OTHER WORK, THE FOLLOWING RATES APPLY.
WORK PERFORMED ON HYDRAULIC DREDDGES:
Zone 1 (0-25 radius miles):
Rates Fringes
Power equipment operators:
GROUP 1
TOTAL PROJECT COST
$300,000 AND OVER $ 29.23 11.05
TOTAL PROJECT COST UNDER
$300,000 $ 26.96 8.40
GROUP 2
TOTAL PROJECT COST
$300,000 AND OVER $ 29.35 11.05
TOTAL PROJECT COST UNDER
$300,000 $ 27.06
WA030001 Modification 31
Federal Wage Determination
8.40.
GROUP 3
TOTAL PROJECT COST
$300,000 AND OVER $ 29.72 11.05
TOTAL PROJECT COST UNDER
$300,000 $ 27.38 8.40
GROUP 4
TOTAL PROJECT COST
$300,000 AND OVER $ 29.77 11.05
TOTAL PROJECT COST UNDER
$300,000 $ 27.43 8.40
GROUP 5
TOATL PROJECT COST
$300,000 AND OVER $ 31.29 11.05
TOTAL PROJECT COST UNDER
$300,000 $ 28.75 8.40
GROUP 6
TOTAL PROJECT COST
$300,000 AND OVER $ 29.23 11.05
TOTAL PROJECT COST UNDER
$300,000 $ 26.96 8.40
Zone Differential (Add to Zone 1 rates):
Zone 2 (26-45 radius miles) - $ .70
Zone 3 (Over 45 radius miles) - $1.00
BASEPOINTS: Aberdeen, Bellingham, Bremerton, Everett, Kent,
Mount Vernon, Port Angeles, Port Townsend, Seattle, Shelton,
Wenatchee, Yakima
POWER EQUIPMENT OPERATORS CLASSIFICATIONS
GROUP 1 - ASSISTANT MATE (DECKHAND)
GROUP 2 - OILER
GROUP 3 - ASSISTANT ENGINEER (ELECTRIC, DIESEL, STEAM OR
BOOSTER PUMP); MATES AND BOATMEN
GROUP 4 - CRANEMAN, ENGINEER WELDER
GROUP 5 - LEVERMAN, HYDRAULIC
GROUP 6 - MAINTENANCE
CATEGORY B PROJECTS: 95% OF THE BASIC HOURLY RATE FOR EACH
GROUP PLUS FULL FRINGE BENEFITS APPLICABLE TO CATEGORY A
PROJECTS SHALL APPLY TO THE FOLLOWING PROJECTS. REDUCED RATES
MAY BE PAID ON THE FOLLOWING:
WA030001 Modification 31 12
Federal Wage Determination
1. Projects involving work on structures such as buildings
and bridges whose total value is less than $1.5 million
excluding mechanical, electrical, and utility portions of the
contract.
2. Projects of less than $1 million where no building is
involved. Surfacing and paving including, but utilities
excluded.
3. Marine projects (docks, wharfs, ect.) less than $150,000.
HEAVY WAGE RATES (CATEGORY A) APPLIES TO CLAM SHELL DREDGE, HOE
AND DIPPER, SHOVELS AND SHOVEL ATTACHMENTS, CRANES AND
BULLDOZERS.
HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all craft
classifications subject to working inside a federally designed
hazardous perimeter shall be elgible for compensation in
accordance with the following group schedule relative to the
level of hazardous waste as outlined in the specific hazardous
waste project site safety plan.
H-1 Base wage rate when on
outfitted with protective
H-2 Class "C" Suit - Base
H-3 Class "B" Suit - Base
H-4 Class "A" Suit - Base
a hazardous waste site when not
clothing.
wage rate plus $.25 per hour.
wage rate plus $.50 per hour.
wage rate plus $.75 per hour.
WA030001 Modification 31
Federal Wage Determination
ENGI0370-002 06/01/2005
ADAMS, ASOTIN, BENTON, CHELAN (EAST OF THE 120TH MERIDIAN),
COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN), FERRY,
FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN (EAST OF THE 120TH
MERIDIAN), PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN
AND YAKIMA (EAST OF THE 120TH MERIDIAN) COUNTIES
ZONE 1:
Rates Fringes
Power equipment operators:
GROUP 1A $ 21.79
GROUP 1 $ 22.34
GROUP 2 $ 22.66
GROUP 3 $ 23.27
GROUP 4 $ 23.43
GROUP 5 $ 23.59
GROUP 6 $ 23.87
GROUP 7 $ 24.14
GROUP 8 $ 25.24
7.87
7.87
7.87
7.87
7.87
7.87
7.87
7.87
7.87
ZONE DIFFERENTIAL (Add to Zone 1 rate): Zone 2 - $2.00
Zone 1: Within 45 mile radius of Spokane,
Washington; Lewiston, Idaho
Zone 2: Outside 45 mile radius of Spokane
Pasco, Washington; Lewiston, Idaho
POWER EQUIPMENT OPERATORS CLASSIFICATIONS
GROUP 1A: Boat Operator; Crush Feeder; Oiler; Steam Cleaner
Moses Lake, Pasco,
, Moses Lake,
GROUP 1: Bit Grinders; Bolt Threading Machine; Compressors
(under 2000 CFM, gas, diesel, or electric power); Deck
Hand; Drillers Helper (Assist driller in making drill rod
connections, service drill engine and air compressor,
repair drill rig and drill tools, drive drill support truck
to and on the job site, remove drill cuttings from around
bore hole and inspect drill rig while in operation);
Fireman & Heater Tender; Grade Checker; Hydro -seeder,
Mulcher, Nozzleman; Oiler Driver, & Cable Tender, Mucking
Machine; Pumpman; Rollers, all types on subgrade, including
seal and chip coatings (farm type, Case, John Deere &
similar, or Compacting Vibrator), except when pulled by
Dozer with operable blade; Welding Machine
WA030001 Modification 31
Federal Wage Determination
GROUP 2: A -frame Truck (single drum); Assistant Refrigeration
Plant (under 1000 ton); Assistant Plant Operator, Fireman
or Pugmixer (asphalt); Bagley or Stationary Scraper; Belt
Finishing Machine; Blower Operator (cement); Cement Hog;
Compressor (2000 CFM or over, 2 or more, gas diesel or
electric power); Concrete Saw (multiple cut); Distributor
Leverman; Ditch Witch or similar; Elevator Hoisting
Materials; Dope Pots (power agitated); Fork Lift or Lumber
Stacker, hydra -lift & similar; Gin Trucks (pipeline);
Hoist, single drum; Loaders (bucket elevators and
conveyors); Longitudinal Float; Mixer (portable -concrete);
Pavement Breaker, Hydra -Hammer & similar; Power Broom;
Railroad Ballast Regulation Operator (self-propelled);
Railroad Power Tamper Operator (self-propelled); Railroad
Tamper Jack Operator (self-propelled; Spray Curing Machine
(concrete); Spreader Box (self-propelled); Straddle Buggy
(Ross & similar on construction job only); Tractor (Farm
type R/T with attachment, except Backhoe); Tugger Operator
GROUP 3: A -frame Truck (2 or more drums); Assistant
Refrigeration Plant & Chiller Operator (over 1000 ton);
Backfillers (Cleveland & similar); Batch Plant & Wet Mix
Operator, single unit (concrete); Belt -Crete Conveyors with
power pack or similar; Belt Loader (Kocal or similar);
Bending Machine; Bob Cat; Boring Machine (earth)-; Boring
Machine (rock under 8 inch bit) (Quarry Master, Joy or
similar); Bump Cutter (Wayne, Saginau or similar); Canal
Lining Machine (concrete); Chipper (without crane);
Cleaning & Doping Machine (pipeline); Deck Engineer;
Elevating Belt -type Loader (Euclid, Barber Green &
similar); Elevating Grader -type Loader (Dumor, Adams or
similar); Generator Plant Engineers (diesel or electric);
Gunnite Combination Mixer & Compressor; Locomotive
Engineer; Mixermobile; Mucking Machine; Posthole Auger or
Punch; Pump (grout or jet); Soil Stabilizer (P & H or
similar); Spreader Machine; Tractor (to D-6 or equivalent)
and Traxcavator; Traverse Finish Machine; Turnhead Operator
GROUP 4: Concrete Pumps (squeeze-crete, flow-crete, pump-
crete, Whitman & similar); Curb Extruder (asphalt or
concrete); Drills (churn, core, calyx or diamond)(operate
drilling machine, drive or transport drill rig to and on
job site and weld well, casing); Equipment Serviceman;
Greaser & Oiler; Hoist (2 or more drums or Tower Hoist);
Loaders (overhead & front-end, under 4 yds. R/T);
Refrigeration Plant Engineer (under 1000 ton); Rubber -tired
Skidders (R/T with or without attachments); Surface Heater
& Plant Machine; Trenching Machines (under 7 ft. depth
capacity); Turnhead (with re -screening); Vacuum Drill
(reverse circulation drill under 8 inch bit)
WA030001 Modification 31 15
Federal Wage Determination
GROUP 5: Backhoe (under 45,000 gw); Backhoe & Hoe Ram (under
3/4 yd.); Carrydeck & Boom Truck (under 25 tons); Cranes
(25 tons & under), all attachments including clamshell,
dragline; Derricks & Stifflegs (under 65 tons); Drilling
Equipment(8 inch bit & over) (Robbins, reverse circulation
& similar)(operates drilling machine, drive or transport
drill rig to and on job site and weld well casing); Hoe
Ram; Piledriving Engineers; Paving (dual drum); Railroad
Track Liner Operaotr (self-propelled); Refrigeration Plant
Engineer (1000 tons & over); Signalman (Whirleys, Highline
Hammerheads or similar)
GROUP 6: Asphalt Plant Operator; Automatic Subgrader (Ditches
& Trimmers)(Autograde, ABC, R.A. Hansen & similar on grade
wire); Backhoe (45,000 gw and over to 110,000 gw); Backhoes
& Hoe Ram (3/4 yd. to 3 yd.); Batch Plant (over 4 units);
Batch & Wet Mix Operator (multiple units, 2 & incl. 4);
Blade Operator (motor patrol & attachments, Athey & Huber);
Boom Cats (side); Cable Controller (dispatcher); Clamshell
Operator (under 3 yds.); Compactor (self-propelled with
blade); Concrete Pump Boom Truck; Concrete Slip Form Paver;
Cranes (over 25 tons, to and including 45 tons), all
attachments including clamshell, dragline; Crusher, Grizzle
& Screening Plant Operator; Dozer, 834 R/T & similar;
Draglines (under 3 yds.); Drill Doctor; H.D. Mechanic; H.D.
Welder; Loader Operator (front-end & overhead, 4 yds. incl.
8 yds.); Multiple Dozer Units with single blade; Paving
Machine (asphalt and concrete); Quad -Track or similar
equipment; Rollerman (finishing asphalt pavement); Roto
Mill (pavement grinder); Scrapers, all, rubber -tired;
Screed Operator; Shovel(under 3 yds.); Tractors (D-6 &
equilvalent & over); Trenching Machines (7 ft. depth &
over); Tug Boat Operator Vactor guzzler, super sucker
GROUP 7: Backhoe (over 110,000 gw); Backhoes & Hoe Ram (3 yds
& over); Blade (finish & bluetop) Automatic, CMI, ABC,
Finish Athey & Huber & similar when used as automatic;
Cableway Operators; Concrete Cleaning/Decontamination
machine operator; Cranes (over 45 tons to but not including
85 tons), all attachments including clamshell and dragine;
Derricks & Stiffleys (65 tons & over); Elevating Belt
(Holland type); Heavy equipment robotics operator; Loader
(360 degrees revolving Koehring Scooper or similar);
Loaders (overhead & front-end, over 8 yds. to 10 yds.);
Rubber -tired Scrapers (multiple engine with three or more
scrapers); Shovels (3 yds. & over); Whirleys & Hammerheads,
ALL
GROUP 8: Cranes (85 tons and over, and all climbing,
overhead,rail and tower), all attachments including
clamshell, dragline; Loaders (overhead and front-end, 10
yards and over); Helicopter Pilot
BOOM PAY: (All Cranes, Including Tower)
180 ft to 250 ft $ .30 over scale
Over 250 ft $ .60 over scale
WA030001 Modification 31 16
Federal Wage Determination
NOTE:
In computing the length of the boom on Tower Cranes, they
shall be measured from the base of the Tower to the point
of the boom.
HAZMAT:
Anyone working on HAZMAT jobs, working with supplied air
shall receive $1.00 an hour above classification.
ENGI0370-006 06/01/2005
ADAMS, ASOTIN, BENTON, CHELAN (EAST OF THE 120TH MERIDIAN),
COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN), FERRY,
FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN (EAST OF THE 120TH
MERIDIAN), PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN
AND YAKIMA (EAST OF THE 120TH MERIDIAN) COUNTIES
WORK PERFORMED ON HYDRAULIC DREDGES
Rates Fringes
Hydraulic Dredge
GROUP 1• $ 32.41 7.87
GROUP 2• $ 32.53 7.87
GROUP 3 $ 32.90 7.87
GROUP 4 $ 32.95 7.87
GROUP 5 $ 34.47 7.87
GROUP 6• $ 32.41 7.87
GROUP 1: Assistant Mate (Deckhand)
GROUP 2: Assistant Engineer (Electric, Diesel, Steam, or
Booster Pump); Mates and Boatmen
GROUP 3: Engineer Welder
GROUP 4: Leverman, Hydraulic
GROUP 5: Maintenance
GROUP 6: Oiler
HEAVY WAGE RATES APPLIES TO CLAM SHELL DREDGE, HOE AND
DIPPER, SHOVELS AND SHOVEL ATTACHMENTS, CRANES AND
BULLDOZERS.
WA030001 Modification 31 17
Federal Wage Determination
ENGI0612-001 06/01/2005
LEWIS, PIERCE, PACIFIC (THAT PORTION WHICH LIES NORTH OF A
PARALLEL LINE EXTENDED WEST FROM THE NORTHERN BOUNDARY OF
WAHKAIKUM COUNTY TO THE SEA IN THE STATE OF WASHINGTON) AND
THURSTON COUNTIES
PROJECTS:
CATEGORY A PROJECTS (excludes Category B projects, as shown
below)
Rates Fringes
Power equipment operators:
WORK PERFORMED ON
HYDRAULIC DREDGES:Total
Project cost $300,000 and
over
GROUP 1 $ 29.23 11.05
GROUP 2 $ 29.35 11.05
GROUP 3 $ 29.71 11.05
GROUP 4 $ 29.77 11.05
GROUP 5 $ 31.29 11.05
GROUP 6 $ 29.23 11.05
WORK PERFORMED ON
HYDRAULIC DREDGES:Total
Project Cost under $300,000
GROUP 1
GROUP 2
GROUP 3
GROUP 4
GROUP 5
GROUP 6
$ 26.96 8.40
$ 27.06 8.40
$ 27.38 8.40
$ 27.43 8.40
$ 28.75 8.40
$ 26.96 8.40
ZONE 2 (26-45 radius miles) - Add $.70 to Zone 1 rates
ZONE 3 (Over 45 radius miles) - Add $1.00 to Zone 1 rates
BASEPOINTS: Tacoma, Olympia, and Centralia
CATEGORY B PROJECTS - 95% of the basic hourly rate for each
group plus full fringe benefits applicable to Category A
projects shall apply to the following projects: Reduced
rates may be paid on the following:
1. Projects involving work on structures such as buildings
and structures whose total value is less than $1.5 million
excluding mechanical, electrical, and utility portions of
the contract.
2. Projects of less than $1 million where no
involved. Surfacing and paving included, but
excluded.
3. Marine projects (docts, wharfs, etc.) less
WA030001 Modification 31
Federal Wage Determination
building is
utilities
than $150,000
WORK PERFORMED ON HYDRAULIC DREDGES:
GROUP 1: Assistant Mate (Deckhand
GROUP 2: Oiler
GROUP 3: Assistant Engineer (Electric, Diesel, Steam or
Booster Pump); Mates and Boatmen
GROUP 4: Craneman, Engineer Welder
GROUP 5: Leverman, Hydraulic GROUP 6: Maintenance
HEAVY WAGE RATES APPLIES TO CLAM SHEEL DREDGE, HOE AND
DIPPER, SHOVELS AND SHOVEL ATTACHMENTS, CRANES AND
BULLDOZERS
HANDLING OF HAZARDOUS WASTE MATERIALS
H-1 - When not outfitted with protective clothing of level D
equipment - Base wage rate
H-2 - Class "C" Suit - Base wage rate + $.25 per hour
H-3 - Class "B" Suit - Base wage rate + $.50 per hour
H-4 - Class "A" Suit - Base wage rate +$.75 per hour
ENGI0612-002 06/01/2005
LEWIS, PIERCE, PACIFIC (portion lying north of a parallel line
extending west from the northern boundary of Wahkaikum County
to the sea) AND THURSTON COUNTIES
ON PROJECTS DESCRIBED IN FOOTNOTE A BELOW, THE RATE FOR EACH
GROUP SHALL BE 90% OF THE BASE RATE PLUS FULL FRINGE BENEFITS.
ON ALL OTHER WORK, THE FOLLOWING RATES APPLY.
Zone 1 (0-25 radius miles):
Rates Fringes
Power equipment operators:
GROUP IA $ 31.08 11.05
GROUP IAA $ 31.63 11.05
GROUP lAAA $ 32.17 11.05
GROUP 1 $ 30.54 11.05
GROUP 2 $ 30.07 11.05
GROUP 3 $ 29.66 11.05
GROUP 4 $ 27.37 11.05
Zone Differential (Add to Zone 1 rates):
Zone 2 (26-45 radius miles) = $ .70
Zone 3 (Over 45 radius miles) - $1.00
BASEPOINTS: CENTRALIA, OLYMPIA, TACOMA
POWER EQUIPMENT OPERATORS CLASSIFICATIONS
GROUP 1 AAA - Cranes -over 300 tons or 300 ft of boom
(including jib with attachments)
GROUP IAA - Cranes- 200 tonsto 300 tons, or 250 ft of boom
(including jib with attachments; Tower crane over 175 ft in
height, bas to boom
WA030001 Modification 31 19
Federal Wage Determination
GROUP 1A - Cranes, 100 tons thru 199 tons, or 150 ft of boom
(including jib with attachments); Crane -overhead, bridge
type, 100 tons and over; Tower crane up to 175 ft in height
base to boom; Loaders -overhead, 8 yards and over; Shovels,
excavator, backhoes-6 yards and over with attachments
GROUP 1 - Cableway; Cranes 45 tons thru 99 tons under 150 ft
of boom (including jib with attachments); Crane -overhead,
bridge type, 45 tons thru 99 tons; Derricks on building
work; Excavator, shovel, backhoes over 3 yards and under 6
yards; Hard tail end dump articulating off-road equipment
45 yards and over; Loader- overhead, 6 yards to, but not
including, 8 yards; Mucking machine, mole, tunnel, drill
and/or shield; Quad 9 HD 41, D-10; Remote control operator
on rubber tired earth moving equipment; Rollagon; Scrapers -
self -propelled 45 yards and over; Slipform pavers;
Transporters, all track or truck type
GROUP 2 - Barrier machine (zipper); Batch Plant Operator -
concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with
attachments; Crane -Overhead, bridge type, 20 tons through
44 tons; Chipper; Concrete pump -truck mount with boom
attachment; Crusher; Deck engineer/deck winches (power);
Drilling machine; Excavator, shovel, backhoe -3 yards and
under; Finishing machine, Bidwell, Gamaco and similar
equipment; Guardrail punch; Loaders, overhead under 6
yards; Loaders -plant feed; Locomotives -all; Mechanics- all;
Mixers, asphalt plant; Motor patrol graders, finishing;
Piledriver (other than crane mount); Roto -mill, roto -
grinder; Screedman, spreader, topside operator-Blaw Knox,
Cedar Rapids, Jaeger, Caterpillar, Barbar Green;
Scraper -self- propelled, hard tail end dump, articulating
off-road equipment- under 45 yards; Subgrader trimmer;
Tractors, backhoe over 75 hp; Transfer material service
machine -shuttle buggy, Blaw Knox- Roadtec; Truck Crane
oiler/driver-100 tons and over; Truck Mount Portable
Conveyor; Yo Yo pay
GROUP 3 - Conveyors; Cranes through 19 tons with attachments;
Crane -A -frame over 10 tons; Drill oilers -auger type, truck
or crane mount; Dozer -D-9 and under; Forklift -3000 lbs. and
over with attachments; Horizontal/directional drill
locator; Outside Hoists -(elevators and manlifts), air
tuggers, strato tower bucket elevators; Hydralifts/boom
trucks over 10 tons; Loaders -elevating type, belt; Motor
patrol grader-nonfinishing; Plant oiler- asphalt, crusher;
Pump -Concrete; Roller, plant mix or multi-lfit materials;
Saws -concrete; Scrapers, concrete and carry all; Service
engineers -equipment; Trenching machines; Truck crane
oiler/driver under 100 tons; Tractors, backhoe under 75 hp
WA030001 Modification 31 20
Federal Wage Determination
GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor;
Concrete Finish Machine -laser screed; Cranes A -frame 10
tons and under; Elevator and manlift (permanent and shaft
type); Forklifts -under 3000 lbs. with attachments;
Gradechecker, stakehop; Hydralifts/boom trucks, 10 tons and
under; Oil distributors, blower distribution and mulch
seeding operator; Pavement breaker; Posthole
digger -mechanical; Power plant; Pumps -water; Rigger and
Bellman; Roller -other than plant mix; Wheel Tractors,
farmall type; Shotcrete/gunite equipment operator
FOOTNOTE A- Reduced rates may be paid on the following:
1. Projects involving work on structures such as buildings
and bridges whose total value is less than $1.5 million
excluding mechanical, electrical, and utility portions of
the contract.
2. Projects of less than $1 million where no building is
involved. Surfacing and paving included, but utilities
excluded.
3. Marine projects (docks, wharfs, etc.) less than $150,000.
HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all
craft classifications subject to working inside a federally
designated hazardous perimeter shall be elgible for
compensation in accordance with the following group
schedule relative to the level of hazardous waste as
outlined in the specific hazardous waste project site
safety plan.
H-1 Base wage rate when on a hazardous waste site when not
outfitted with protective clothing
H-2 Class "C" Suit - Base wage rate plus $ .25 per hour.
H-3 Class "B" Suit - Base wage rate plus $ .50 per hour.
H-4 Class "A" Suit - Base wage rate plus $ .75 per hour.
ENGI0701-002 01/01/2005
CLARK, COWLITZ, KLICKKITAT, PACIFIC (SOUTH), SKAMANIA, AND
WAHKIAKUM COUNTIES
Rates Fringes
Power equipment operators:
(See Footnote A)
GROUP 1 $ 30.44 9.95
GROUP 1A $ 31.96 9.95
GROUP 1B $ 33.48 9.95
GROUP 2 $ 29.14 9.95
GROUP 3 $ 28.34 9.95
GROUP 4 $ 27.78 9.95
GROUP 5 $ 27.15 9.95
GROUP 6 $ 24.66 9.95
Zone Differential (add to Zone 1 rates):
Zone 2 - $1.50
Zone 3 - 3.00
WA030001 Modification 31 21
Federal Wage Determination
For the following metropolitan counties: MULTNOMAH;
CLACKAMAS; MARION; WASHINGTON; YAMHILL; AND COLUMBIA;
CLARK; AND COWLITZ COUNTY, WASHINGTON WITH MODIFICATIONS AS
INDICATED:
All jobs or projects located in Multnomah, Clackamas and
Marion Counties, West of the western boundary of Mt. Hood
National Forest and West of Mile Post 30 on Interstate 84
and West of Mile Post 30 on State Highway 26 and West of
Mile Post 30 on Highway 22 and all jobs or projects located
in Yamhill County, Washington County and Columbia County
and all jobs or porjects located in Clark & Cowlitz County,
Washington except that portion of Cowlitz County in the Mt.
St. Helens "Blast Zone" shall receive Zone I pay for all
classifications.
All jobs or projects located in the area outside the
identified boundary above, but less than 50 miles from the
Portland City Hall shall receive Zone II pay for all
classifications.
All jobs or projects located more than 50 miles from the
Portland City Hall, but outside the identified border
above, shall receive Zone III pay for all classifications.
For the following cities: ALBANY; BEND; COOS BAY; EUGENE;
GRANTS PASS; KLAMATH FALLS; MEDFORD; ROSEBURG
All jobs or projects located within 30 miles of the
respective city hall of the above mentioned cities shall
receive Zone I pay for all classifications.
All jobs or projects located more than 30 miles and less than
50 miles from the respective city hall of the above
mentioned cities shall receive Zone II pay for all
classifications.
All jobs or projects located more than 50 miles from the
respective city hall of the above mentioned cities shall
receive Zone III pay for all classifications.
POWER EQUIPMENT OPERATORS CLASSIFICATIONS
GROUP 1: CONCRETE: Batch Plant and/or Wet Mix Operator, three
units or more; CRANE: Helicopter Operator, when used in
erecting work; Whirley Operator, 90 ton and over; LATTICE
BOOM CRANE: Operator 200 tons through 299 tons, and/or over
200 feet boom; HYDRAULIC CRANE: Hydraulic Crane Operator 90
tons through 199 tons with luffing or tower attachments;
FLOATING EQUIPMENT: Floating Crane, 150 ton but less than
250 ton
GROUP 1A: HYDRAULIC CRANE: Hydraulic Operator, 200 tons and
over (with luffing or tower attachment); LATTICE BOOM
CRANE: Operator, 200 tons through 299 tons, with over 200
feet boom; FLOATING EQUIPMENT: Floating Crane 250 ton and
over
WA030001 Modification 31 22
Federal Wage Determination
GROUP 1B: LATTICE BOOM CRANE: Operator, 300 tons through 399
tons with over 200 feet boom; Operator 400 tons and over;
FLOATING EQUIPMENT: Floating Crane 350 ton and over
GROUP 2: ASPHALT: Asphalt Plant Operator (any type); Roto
Mill, pavement profiler, operator, 6 foot lateral cut and
over; BLADE: Auto Grader or "Trimmer" (Grade Checker
required); Blade Operator, Robotic; BULLDOZERS: Bulldozer
operator over 120,000 lbs and above; Bulldozer operator,
twin engine; Bulldozer Operator,tandem, quadnine, D10, D11,
and similar type; Bulldozere Robotic Equipment (any type;
CONCRETE: Batch Plant and/or Wet Mix Operator, one and two
drum; Automatic Concrete Slip Form Paver Operator; Concrete
Canal Line Operator; Concrete Profiler, Diamond Head;
CRANE: Cableway Operator, 25 tons and over; HYDRAULIC
CRANE: Hydraulic crane operator 90 tons through 199 tons
(with luffing or tower attachment); TOWER/WHIRLEY OPERATOR:
Tower Crane Operator; Whirley Operator, under 90 tons;
LATTICE BOOM CRANE: 90 through 199 tons and/or 150 to 200
feet boom; CRUSHER: Crusher Plant Operator; FLOATING
EQUIPMENT: Floating Clamshell, etc.operator, 3 cu. yds.
and over; Floating Crane (derrick barge) Operator, 30 tons
but less than 150 tons; LOADERS: Loader operator, 120,000
lbs. and above; REMOTE CONTROL: Remote controlled
earth -moving equipment; RUBBER -TIRED SCRAPERS: Rubber -
tired scraper operator, with tandem scrapers, multi -engine;
SHOVEL, DRAGLINE, CLAMSHELL, SKOOPER OPERATOR: Shovel,
Dragline, Clamshell, operator 5 cu. yds and over; TRENCHING
MACHINE: Wheel Excavator, under 750 cu. yds. per hour
(Grade Oiler required); Canal Trimmer (Grade Oiler
required); Wheel Excavator, over 750 cu. yds. per hour;
Band Wagon (in conjunction with wheel excavator);
UNDERWATER EQUIPMENT: Underwater Equipment Operator, remote
or otherwise; HYDRAULIC HOES -EXCAVATOR: Excavator over
130,000 lbs.
GROUP 3: BULLDOZERS: Bulldozer operator,
to and including 120,000 lbs.; HYDRAULIC
crane operator, 50 tons through 89 tons
tower attachment); LATTICE BOOM CRANES:
Crane -50 through 89 tons (and less than
FORKLIFT: Rock Hound Operator; HYDRAULIC
excavator over 80,000 lbs. through 130,0
Loader operator 60,000 and less than 120
SCRAPERS: Scraper Operator, with tandem
Self -loading, paddle wheel, auger type,
more units; SHOVEL, DRAGLINE, CLAMSHELL,
Shovel, Dragline, Clamshell operators 3
than 5 cu yds.
WA030001 Modification 31
Federal Wage Determination
over 70,000 lbs. up
CRANE: Hydraulic
(with luffing or
Lattice Boom
150 feet boom);
HOES -EXCAVATOR:
00 lbs.; LOADERS:
,000; RUBBER -TIRED
scrapers;
finish and/or 2 or
SKOOPER OPERATOR:
cu. yds. but less
GROUP 4: ASPHALT: Screed Operator; Asphalt Paver operator
(screeman required); BLADE: Blade operator; Blade operator,
finish; Blade operator, externally controlled by
electronic, mechanical hydraulic means; Blade operator,
multi -engine; BULLDOZERS: Bulldozer Operator over 20,000
lbs and more than 100 horse up to 70,000 lbs; Drill Cat
Operator; Side -boom Operator; Cable -Plow Operator (any
type); CLEARING: Log Skidders; Chippers; Incinerator; Stump
Splitter (loader mounted or similar type); Stump Grinder
(loader mounted or similar type; Tub Grinder; Land Clearing
Machine (Track mounted forestry mowing & grinding machine);
Hydro Axe (loader mounted or similar type); COMPACTORS
SELF-PROPELLED: Compactor Operator, with blade; Compactor
Operator, multi -engine; Compactor Operator, robotic;
CONCRETE: Mixer Mobile Operator; Screed Operator; Concrete
Cooling Machine Operator; Concrete Paving Road Mixer;
Concrete Breaker; Reinforced Tank Banding Machine (K-17 or
similar types); Laser Screed; CRANE: Chicago boom and
similar types; Lift Slab Machine Operator; Boom type
lifting device, 5 ton capacity or less; Hoist Operator, two
(2) drum; Hoist Operator, three (3) or more drums; Derrick
Operator, under 100 ton; Hoist Operator, stiff leg, guy
derrick or similar type, 50 ton and over; Cableway Operator
up to twenty (25) ton; Bridge Crane Operator, Locomotive,
Gantry, Overhead; Cherry Picker or similar type crane;
Carry Deck Operator; Hydraulic Crane Operator, under 50
tons; LATTICE BOOM CRANE OPERATOR: Lattice Boom Crane
Operator, under 50 tons; CRUSHER: Generator Operator;
Diesel -Electric Engineer; Grizzley Operator; Drill Doctor;
Boring Machine Operator; Driller -Percussion, Diamond, Core,
Cable, Rotary and similar type; Cat Drill (John Henry);
Directional Drill Operator over 20,000 lbs pullback;
FLOATING EQUIPMENT: Diesel-electric Engineer; Jack
Operator, elevating barges, Barge Operator, self -
unloading; Piledriver Operator (not crane type) (Deckhand
required); Floating Clamshelll, etc. Operator, under 3 cu.
yds. (Fireman or Diesel -Electric Engineer required);
Floating Crane (derrick barge) Operator, less than 30 tons;
GENERATORS: Generator Operator; Diesel-electric Engineer;
GUARDRAIL EQUIPMENT: Guardrail Punch Operator (all types);
Guardrail Auger Operator (all types); Combination Guardrail
machines, i.e., punch auger, etc.; HEATING PLANT: Surface
Heater and Planer Operator; HYDRAULIC HOES EXCAVATOR:
Robotic Hydraulic backhoe operator, track and wheel type up
to and including 20,0000 lbs. with any or all attachments;
Excavator Operator over 20,000 lbs through 80,000 lbs.;
LOADERS: Belt Loaders, Kolman and Ko Cal types; Loaders
Operator, front end and overhead, 25,000 lbs and less than
60,000 lbs; Elevating Grader Operator by Tractor operator,
Sierra, Euclid or similar types; PILEDRIVERS: Hammer
Operator; Piledriver Operator (not crane type); PIPELINE,
SEWER WATER: Pipe Cleaning Machine Operator; Pipe Doping
Machine Operator; Pipe Bending Machine Operator; Pipe
Wrapping Machine Operator; Boring Machine Operator; Back
Filling Machine Operator; REMOTE CONTROL: Concrete Cleaning
Decontamination Machine Operator; Ultra High Pressure Water
Jet Cutting Tool System Operator/Mechanic; Vacuum Blasting
WA030001 Modification 31 24
Federal Wage Determination
Machine Operator/mechanic; REPAIRMEN, HEAVY DUTY: Diesel
Electric Engineer (Plant or Floating; Bolt Threading
Machine operator; Drill Doctor (Bit Grinder); H.D.
Mechanic; Machine Tool Operator; RUBBER -TIRED SCRAPERS:
Rubber -tired Scraper Operator,single engine, single
scraper; Self -loading, paddle wheel, auger type under 15
cu. yds.; Rubber -tired Scraper Operator, twin engine;
Rubber -tired Scraper Operator, with push- ull attachments;
Self Loading, paddle wheel, auger type 15 cu. yds. and
over, single engine; Water pulls, water wagons; SHOVEL,
DRAGLINE,- CLAMSHELL, SKOOPER OPERATOR: Diesel Electric
Engineer; Stationay Drag Scraper Operator; Shovel,
Dragline, Clamshell, Operator under 3 cy yds.; Grade -all
Operator; SURFACE (BASE) MATERIAL: Blade mounted spreaders,
Ulrich and similar types; TRACTOR-RUBBERED TIRED: Tractor
operator, rubber -tired, over 50 hp flywheel; Tractor
operator, with boom attachment; Rubber -tired dozers and
pushers (Michigan, Cat, Hough type); Skip Loader, Drag Box;
TRENCHING MACHINE: Trenching Machine operator, digging
capacity over 3 ft depth; Back filling machine operator;
TUNNEL: Mucking machine operator
GROUP 5: ASPHALT: Extrusion Machine Operator; Roller
Operator (any asphalt mix); Asphalt Burner and
Reconditioner Operator (any type); Roto -Mill, pavement
profiler, ground man; BULLDOZERS: Bulldozer operator,
20,000 lbs. or less or 100 horse or less; COMPRESSORS:
Compressor Operator (any power), over 1,250 cu. ft. total
capacity; COMPACTORS: Compactor Operator, including
vibratory; Wagner Pactor Operator or similar type (without
blade); CONCRETE: Combination mixer and Compressor
Operator, gunite work; Concrete Batch Plant Quality Control
Operator; Beltcrete Operator; Pumperete Operator (any
type); Pavement Grinder and/or Grooving Machine Operator
(riding type); Cement Pump Operator, Fuller -Kenyon and
similar; Concrete Pump Operator; Grouting Machine Operator;
Concrete mixer operator, single drum, under (5) bag
capacity; Cast in place pipe laying machine; maginnis
Internal Full slab vibrator operator; Concrete finishing
mahine operator, Clary, Johnson, Bidwell, Burgess Bridge
deck or similar type; Curb Machine Operator, mechanical
Berm, Curb and/or Curb and Gutter; Concrete Joint Machine
Operator; Concrete Planer Operator; Tower Mobile Operator;
Power Jumbo Operator setting slip forms in tunnels; Slip
Form Pumps, power driven hydraulic lifting device for
concrete forms; Concrete Paving Machine Operator; Concrete
Finishing Machine Operator; Concrete Spreader Operator;
CRANE: Helicopter Hoist Operator; Hoist Operator, single
drum; Elevator Operator; A -frame Truck Operator, Double
drum; Boom Truck Operator; HYDRAULIC CRANE OPERATOR:
Hydraulic Boom Truck, Pittman; DRILLING: Churm Drill and
Earth Boring Machine Operator; Vacuum Truck; Directional
Drill Operator over 20,000 lbs pullback; FLOATING
EQUIPMENT: Fireman; FORKLIFT: Fork Lift, over 10 ton and/or
robotic; HYDRAULIC HOES EXCAVATORS: Hydraulic Backhoe
Operator, wheel type (Ford, John Deere, Case type);
Hydraulic Backhoe Operator track type up to and including
WA030001 Modification 31 25
Federal Wage Determination
20,000 lbs.; LOADERS: Loaders, rubber- tired type, less
than 25,000 lbs; Elevating Grader Operator, Tractor Towed
requiring Operator or Grader; Elevating loader operator,
Athey and similar types; OILERS: Service oiler (Greaser);
PIPELINE -SEWER WATER: Hydra hammer or simialr types;
Pavement Breaker Operator; PUMPS: Pump Operator, more than
5 (any size); Pot Rammer Operator; RAILROAD EQUIPMENT:
Locomotive Operator, under 40 tons; Ballast Regulator
Operator; Ballast Tamper Multi -Purpose Operator; Track
Liner Operator; Tie Spacer Operator; Shuttle Car Operator;
Locomotive Operator, 40 tons and over; MATERIAL HAULRS: Cat
wagon DJBs Volvo similar types; Conveyored material hauler;
SURFACING (BASE) MATERIAL: Rock Spreaders, self-propelled;
Pulva-mixer or similar types; Chiip Spreading machine
operator; Lime spreading operator, construction job siter;
SWEEPERS: Sweeper operator (Wayne type) self-propelled
construction job site; TRACTOR -RUBBER TIRED: Tractor
operator, rubber -tired, 50 hp flywheel and under; Trenching
machine operator, maximum digging capacity 3 ft depth;
TUNNEL: Dinkey
GROUP 6: ASPHALT: Plant Oiler; Plant Fireman; Pugmill
Operator (any type); Truck mounted asphalt spreader, with
screed; COMPRESSORS: Compressor Operator (any power), under
1,250 cu. ft. total capacity; CONCRETE: Plant Oiler,
Assistant Conveyor Operator; Conveyor Operator; Mixer Box
Operator (C.T.B., dry batch, etc.); Cement Hog Operator;
Concrete Saw Operator; Concrete Curing Machine Operator
(riding type); Wire Mat or Brooming Machine Operator;
CRANE: Oiler; Fireman, all equipment; Truck Crane Oiler
Driver; A -frame Truck Operator, single drum; Tugger or
Coffin Type Hoist Operator; CRUSHER: Crusher Oiler; Crusher
Feederman; CRUSHER: Crusher oiler; Crusher feederman;
DRILLING: Drill Tender; Auger Oiler; FLOATING EQUIPMENT:
Deckhand; Boatman; FORKLIFT: Self-propelled Scaffolding
Operator, construction job site (exclduing working
platform); Fork Lift or Lumber Stacker Operator,
construction job site; Ross Carrier Operator, construction
job site; Lull Hi -Lift Operator or Similar Type; GUARDRAIL
EQUIPMENT: Oiler; Auger Oiler; Oiler, combination guardrail
machines; Guardrail Punch Oiler; HEATING PLANT: Temporary
Heating Plant Operator; LOADERS: Bobcat, skid steer (less
than 1 cu yd.); Bucket Elevator Loader Operator,
BarberGreene and similar types; OILERS: Oiler; Guardrail
Punch Oiler; Truck Crane Oiler -Driver; Auger Oiler; Grade
Oiler, required to check grade; Grade Checker; Rigger;
PIPELINE -SEWER WATER: Tar Pot Fireman; Tar Pot Fireman
(power agitated); PUMPS: Pump Operator (any power);
Hydrostatic Pump Operator; RAILROAD EQUIPMENT: Brakeman;
Oiler; Switchman; Motorman; Ballast Jack Tamper Operator;
SHOVEL, DRAGLINE, CLAMSHELL, SKOOPER, ETC. OPERATOR: Oiler,
Grade Oiler (required to check grade); Grade Checker;
Fireman; SWEEPER: Broom operator, self propelled,
construction job site; SURFACING (BASE) MATERIAL: Roller
Operator, grading of base rock (not asphalt); Tamping
Machine operartor, mechanical, self-propelled; Hydrographic
Seeder Machine Operator; TRENCHING MACHINE: Oiler; Grade
WA030001 Modification 31 26
Federal Wage Determination
Oiler; TUNNEL: Conveyor operator; Air filtration equipment
operator
ENGI0701-003 06/01/2005
CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH), SKAMANIA, AND
WAHKIAKUM COUNTIES
DREDGING:
Rates Fringes
Dredging:
ZONE A
ASSISTANT ENGINEER $ 32.02 9.75
ASSISTANT MATE $ 28.12 9.75
LEVERMAN, DIPPER,
FLOATING CLAMSHELL $ 34.34 9.75
LEVERMAN, HYDRAULIC $ 34.34 9.75
TENDERMAN $ 30.96 9.75
ZONE B
ASSISTANT ENGINEER $ 34.02 9.75
ASSISTANT MATE $ 30.12 9.75
LEVERMAN, DIPPER,
FLOATING CLAMSHELL $ 36.34 9.75
LEVERMAN, HYDRAULIC $ 36.34 9.75
TENDERMAN $ 32.96 9.75
ZONE C
ASSISTANT ENGINEER $ 35.02 9.75
ASSISTANT MATE $ 31.12 9.75
LEVERMAN, DIPPER,
FLOATING CLAMSHELL $ 37.34 9.75
LEVERMAN, HYDRAULIC $ 37.34 9.75
TENDERMAN $ 33.96 9.75
ZONE DESCRIPTION FOR DREDGING:
ZONE A - All jobs or projects located within 30 road miles of
Portland City Hall.
ZONE B - Over 30-50 road miles from Portland City Hall.
ZONE C - Over 50 road miles from Portland City Hall.
*All jobs or projects shall be computed from the city hall by
the shortest route to the geographical center of the
project.
IRON0014-005 07/01/2004
ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, FRANKLIN,
GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND ORIELLE, SPOKANE,
STEVENS, WALLA WALLA AND WHITMAN COUNTIES
Rates Fringes
Ironworker $ 26.87 13.30
WA030001 Modification 31 27
Federal Wage Determination
IRON0029-002 07/01/2004
CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKAIKUM
COUNTIES
Rates Fringes
Ironworker $ 28.47 13.30
IRON0086-002 07/01/2004
YAKIMA, KITTITAS AND CHELAN COUNTIES
Rates
Ironworker $ 28.02
Fringes
13.30
IRON0086-004 07/01/2004
CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS,
MASON, PIERCE, SKAGIT, SNOHOMISH, THURSTON, AND WHATCOM COUNTIES
Rates Fringes
Ironworker $ 29.82 13.30
WA030001 Modification 31 28
Federal Wage Determination
* LAB00001-002 06/01/2005
ZONE 1:
Rates Fringes
Laborers:
CALLAM, GRAYS HARBOR,
ISLAND, JEFFERSON, KING,
KITSAP, LEWIS, MASON,
PACIFIC (NORTH OF STRAIGHT
LINE MADE BY EXTENDING THE
NORTH BOUNDARY WAHKIAKUM
COUNTY WEST TO THE PACIFIC
OCEAN), PIERCE, SAN JUAN,
SKAGIT, SNOHOMISH,
THURSTON AND WHATCOM COUNTIES
GROUP 1 $ 18.56 7.95
GROUP 2 $ 20.88 7.95
GROUP 3 $ 25.56 7.95
GROUP 4 $ 26.04 7.95
GROUP 5 $ 26.40 7.95
CHELAN, DOUGLAS (WEST OF
THE 120TH MERIDIAN),
KITTITAS AND YAKIMA COUNTIES
GROUP 1 $ 15.14 7.95
GROUP 2 $ 17.46 7.95
GROUP 3 $ 19.18 7.95
GROUP 4 $ 19.66 7.95
GROUP 5 $ 20.02 7.95
ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES):
ZONE 2 - $ .70
ZONE 3 - $1.00
BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA
ZONE 1 - Projects within 25 radius miles of the respective
city hall
ZONE 2 - More than 25 but less than 45 radius miles from the
respective city hall
ZONE 3 - More than 45 radius miles from the respective city
hall
BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT,
TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT.
TOWNSEND, PT. ANGELES, AND BREMERTON
ZONE 1 - Projects within 25 radius miles of the respective
city hall
ZONE 2 - More than 25 but less than 45 radius miles from the
respective city hall
ZONE 3 - More than 45 radius miles from the respective city
hall
WA030001 Modification 31 29
Federal Wage Determination
LABORERS CLASSIFICATIONS
GROUP 1: Landscaping and Planting; Watchman; Window
Washer/Cleaner (detail clean-up, such as but not limited to
cleaning floors, ceilings, walls, windows, etc., prior to
final acceptance by the owner)
GROUP 2: Batch Weighman; Crusher Feeder; Fence Laborer;
Flagman; Pilot Car
GROUP 3: General Laborer; Air, Gas, or Electric Vibrating
Screed; Asbestos Abatement Laborer; Ballast Regulator
Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter
Tender; Cement Finisher Tender; Change House or Dry Shack;
Chipping Gun (under 30 lbs.); Choker Setter; Chuck Tender;
Clean-up Laborer; Concrete Form Stripper; Curing Laborer;
Demolition (wrecking and moving including charred
material); Ditch Digger; Dump Person; Fine Graders;
Firewatch; Form Setter; Gabian Basket Builders; Grout
Machine Tender; Grinders; Guardrail Erector; Hazardous
Waste Worker (Level C); Maintenance Person; Material Yard
Person; Pot Tender; Rip Rap Person; Riggers; Scale Person;
Sloper Sprayer; Signal Person; Stock Piler; Stake Hopper;
Toolroom Man (at job site); Topper-Tailer; Track Laborer;
Truck Spotter; Vinyl Seamer
GROUP 4: Cement Dumper -Paving; Chipping Gun (over 30 lbs.);
Clary Power Spreader; Concrete Dumper/Chute Operator;
Concrete Saw Operator; Drill Operator (hydraulic, diamond,
aiartrac); Faller and Bucker Chain Saw; Grade Checker and
Transit Person; Groutmen (pressure) including post tension
beams; Hazardous Waste Worker (Level B); High Scaler;
Jackhammer; Laserbeam Operator; Manhole Builder-Mudman;
Mortarman and Hodcarrier; Nozzleman (concrete pump, green
cutter when using combination of high pressure air and
water on concrete and rock, sandblast, gunite, shotcrete,
water blaster, vacuum blaster); Pavement Breaker; Pipe
Layer and Caulker; Pipe Pot Tender; Pipe Reliner (not
insert type); Pipe Wrapper; Power Jacks; Railroad Spike
Puller -Power; Raker -Asphalt; Rivet Buster; Rodder; Sloper
(over 20 ft); Spreader (concrete); Tamper and Similar
electric, air and glas operated tool; Timber Person -sewer
(lagger shorer and cribber); Track Liner Power; Tugger
Operator; Vibrator; Well Point Laborer
GROUP 5: Caisson Worker; Miner; Powderman; Re-Timberman;
Hazardous Waste Worker (Level A).
WA030001 Modification 31 30
Federal Wage Determination
LAB00238-004 06/01/2005
ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS (EAST OF THE 120TH
MERIDIAN), FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN,
PEND OREILLE, STEVENS, SPOKANE, WALLA WALLA AND WHITMAN COUNTIES
Rates Fringes
Laborers:
ZONE 1:
GROUP 1 $ 17.71 6.95
GROUP 2 $ 19.81 6.95
GROUP 3 $ 20.08 6.95
GROUP 4 $ 20.35 6.95
GROUP 5 $ 20.63 6.95
GROUP 6 $ 22.00 6.95
Zone Differential (Add to Zone 1 rate): $2.00
BASE POINTS: Spokane, Moses Lake, Pasco, Lewiston
Zone 1: 0-45 radius miles from the main post office.
Zone 2: 45 radius miles and over from the main post office.
LABORERS CLASSIFICATIONS
GROUP 1: Flagman; Landscape Laborer; Scaleman; Traffic
Control Maintenance Laborer (to include erection and
maintenance of barricades, signs and relief of flagperson);
Window Washer/Cleaner (detail cleanup, such as, but not
limited to cleaning floors, ceilings, walls, windows, etc.
prior to final acceptance by the owner)
GROUP 2: Asbestos Abatement Worker; Brush Hog Feeder;
Carpenter Tender; Cement Handler; Clean-up Laborer;
Concrete Crewman (to include stripping of forms, hand
operating jacks on slip form construction, application of
concrete curing compounds, pumperete machine, signaling,
handling the nozzle of squeezcrete or similar machine,6
inches and smaller); Confined Space Attendant; Concrete
Signalman; Crusher Feeder; Demolition (to include clean-up,
burning, loading, wrecking and salvage of all material);
Dumpman; Fence Erector; Firewatch; Form Cleaning Machine
Feeder, Stacker; General Laborer; Grout Machine Header
Tender; Guard Rail (to include guard rails, guide and
reference posts, sign posts, and right-of-way markers);
Hazardous Waste Worker, Level D (no respirator is used and
skin protection is minimal); Miner, Class "A" (to include
all bull gang, concrete crewman, dumpman and pumperete
crewman, including distributing pipe, assembly & dismantle,
and nipper); Nipper; Riprap Man; Sandblast Tailhoseman;
Scaffold Erector (wood or steel); Stake Jumper; Structural
Mover (to include separating foundation, preparation,
cribbing, shoring, jacking and unloading of structures);
Tailhoseman (water nozzle); Timber Bucker and Faller (by
hand); Track Laborer (RR); Truck Loader; Well -Point Man;
All Other Work Classifications Not Specially Listed Shall
Be Classified As General Laborer
WA030001 Modification 31 31
Federal Wage Determination
GROUP 3: Aspahlt Raker; Asphalt Roller, walking; Cement
Finisher Tender; Concrete Saw, walking; Demolition Torch;
Dope Pot Firemen, non-mechanical; Driller Tender (when
required to move and position machine); Form Setter,
Paving; Grade Checker using level; Hazardous Waste Worker,
Level C (uses a chemical "splash suit" and air purifying
respirator); Jackhammer Operator; Miner, Class "B" (to
include brakeman, finisher, vibrator, form setter);
Nozzleman (to include squeeze and flo-crete nozzle);
Nozzleman, water, air or steam; Pavement Breaker (under 90
lbs.); Pipelayer, corrugated metal culvert; Pipelayer,
multi- plate; Pot Tender; Power Buggy Operator; Power Tool
Operator, gas, electric, pneumatic; Railroad Equipment,
power driven, except dual mobile power spiker or puller;
Railroad Power Spiker or Puller, dual mobile; Rodder and
Spreader; Tamper (to include operation of Barco, Essex and
similar tampers); Trencher, Shawnee; Tugger Operator; Wagon
Drills; Water Pipe Liner; Wheelbarrow (power driven)
GROUP 4: Air and Hydraulic Track Drill; Brush Machine (to
include horizontal construction joint cleanup brush
machine, power propelled); Caisson Worker, free air; Chain
Saw Operator and Faller; Concrete Stack (to include
laborers when laborers working on free standing concrete
stacks for smoke or fume control above 40 feet high);
Gunite (to include operation of machine and nozzle);
Hazardous Waste Worker, Level B (uses same respirator
protection as Level A. A supplied air line is provided in
conjunction with a chemical "splash suit"); High Scaler;
Laser Beam Operator (to include grade checker and elevation
control); Miner, Class C (to include miner, nozzleman for
concrete, laser beam operator and rigger on tunnels);
MonitorOperator (air track or similar mounting); Mortar
Mixer; Nozzleman (to include jet blasting nozzleman, over
1,200 lbs., jet blast machine power propelled, sandblast
nozzle); Pavement Breaker (90 lbs. and over); Pipelayer (to
include working topman, caulker, collarman, jointer,
mortarman, rigger, jacker, shorer, valve or meter
installer); Pipewrapper; Plasterer Tender; Vibrators (all)
GROUP 5 - Drills with Dual Masts; Hazardous Waste Worker,
Level A (utilizes a fully encapsulated suit with a
self-contained breathing apparatus or a supplied air line);
Miner Class "D", (to include raise and shaft miner, laser
beam operator on riases and shafts)
GROUP 6 - Powderman
WA030001 Modification 31 32
Federal Wage Determination
LAB00238-006 06/01/2004
COUNTIES EAST OF THE 120TH MERIDIAN: ADAMS, ASOTIN, BENTON,
COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN,
OKANOGAN, PEND OREILLE, STEVENS, SPOKANE, WALLA WALLA, WHITMAN
Rates Fringes
Hod Carrier $ 21.05 6.80
LAB00335-001 06/01/2005
CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH OF A STRAIGHT LINE
MADE BY EXTENDING THE NORTH BOUNDARY LINE OF WAHKIAKUM COUNTY
WEST TO THE PACIFIC OCEAN), SKAMANIA AND WAHKIAKUM COUNTIES
Rates Fringes
Laborers:
ZONE 1:
GROUP 1 $ 24.22 7.95
GROUP 2 $ 24.78 7.95
GROUP 3 $ 25.20 7.95
GROUP 4 $ 25.56 7.95
GROUP 5 $ 21.86 7.95
GROUP 6 $ 19.58 7.95
GROUP 7 $ 16.57 7.95
Zone Differential (Add to Zone 1 rates):
Zone 2 $ 0.65
Zone 3 - 1.15
Zone 4 - 1.70
Zone 5 - 2.75
BASE POINTS: GOLDENDALE, LONGVIEW, AND VANCOUVER
ZONE 1: Projects within 30 miles of the respective city all.
ZONE 2: More than 30 miles but less than 40 miles from the
respective city hall.
ZONE 3: More than 40 miles but less than 50 miles from the
respective city hall.
ZONE 4: More than 50 miles but less than 80 miles from the
respective city hall.
ZONE 5: More than 80 miles from the respective city hall.
WA030001 Modification 31 33
Federal Wage Determination
LABORERS CLASSIFICATIONS
GROUP 1: Asphalt Plant Laborers; Asphalt Spreaders; Batch
Weighman; Groomers; Brush Burners and Cutters; Car and
Truck Loaders; Carpenter Tender; Change -House Man or Dry
Shack Man; Choker Setter; Clean-up Laborers; Curing,
Concrete; Demolition, Wrecking and Moving Laborers;
Dumpers, road oiling crew; Dumpmen (for grading crew);
Elevator Feeders; Guard Rail, Median Rail Reference Post,
Guide Post, Right of Way Marker; Fine Graders; Fire Watch;
Form Strippers (not swinging stages); General Laborers;
Hazardous Waste Worker; Leverman or Aggregate Spreader
(Flaherty and similar types); Loading Spotters; Material
Yard Man (including electrical); Pittsburgh Chipper
Operator or Similar Types; Railroad Track Laborers; Ribbon
Setters (including steel forms); Rip Rap Man (hand placed);
Road Pump Tender; Sewer Labor; Signalman; Skipman; Slopers;
Spraymen; Stake Chaser; Stockpiler; Tie Back Shoring;
Timber Faller and Bucker (hand labor); Toolroom Man (at job
site); Tunnel Bullgang (above ground); Weight -Man- Crusher
(aggregate when used)
GROUP 2: Applicator (including pot power tender for same)
applying protective material by hand or nozzle on utility
lines or storage tanks on project; Brush Cutters (power
saw); Burners; Choker Splicer; Clary Power Spreader and
similar types; Clean- up Nozzleman-Green Cutter (concrete,
rock, etc.); Concrete Power Buggyman; Concrete Laborer;
Crusher Feeder; Demolition and Wrecking Charred Materials;
Gunite Nozzleman Tender; Gunite or Sand Blasting Pot
Tender; Handlers or Mixers of all Materials of an
irritating nature (including cement and lime); Tool
Operators (includes but not limited to: Dry Pack Machine;
Jackhammer; Chipping Guns; Paving Breakers); Pipe Doping
and Wrapping; Post Hole Digger, air, gas or electric;
Vibrating Screed; Tampers; Sand Blasting (Wet);
Stake -Setter; Tunnel-Muckers, Brakemen, Concrete Crew,
Bullgang (underground)
GROUP 3: Asbestos Removal; Bit Grinder; Drill Doctor; Drill
Operators., air tracks, cat drills, wagon drills,
rubber -mounted drills, and other similar types including at
crusher plants; Gunite Nozzleman; High Scalers, Strippers
and Drillers (covers work in swinging stages, chairs or
belts, under extreme conditions unusual to normal drilling,
blasting, barring -down, or sloping and stripping); Manhole
Builder; Powdermen; Concrete Saw Operator; Pwdermen; Power
Saw Operators (Bucking and Falling); Pumperete Nozzlemen;
Sand Blasting (Dry); Sewer Timberman; Track Liners, Anchor
Machines, Ballast Regulators, Multiple Tampers, Power
Jacks, Tugger Operator; Tunnel -Chuck Tenders, Nippers and
Timbermen; Vibrator; Water Blaster
GROUP 4: Asphalt Raker; Concrete Saw Operator (walls);
Concrete Nozzelman; Grade Checker; Pipelayer; Laser Beam
(pipelaying) -applicable when employee assigned to move, set
up, align; Laser Beam; Tunnel Miners; Motorman -Dinky
Locomotive -Tunnel; Powderman-Tunnel; Shield Operator -Tunnel
WA030001 Modification 31 34
Federal Wage Determination
GROUP 5: Traffic Flaggers
GROUP 6: Fence Builders
GROUP 7: Landscaping or Planting Laborers
LAB00335-010 06/01/2004
CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH OF A STRAIGHT LINE
MADE BY EXTENDING THE NORTH BOUNDARY LINE OF WAHKIAKUM COUNTY
WEST TO THE PACIFIC OCEAN), SKAMANIA AND WAHKIAKUM COUNTIES
Rates Fringes
Hod Carrier $ 25.49 7.50
PAIN0005-002 06/01/2005
STATEWIDE EXCEPT CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH),
SKAMANIA, AND WAHKIAKUM COUNTIES
Rates
Painters:
STRIPERS $ 23.20
Fringes
10.20
PAIN0005-004 03/14/2005
CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS,
MASON, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND
WHATCOM COUNTIES
Rates Fringes
Painter $ 19.00 6.60
WA030001 Modification 31 35
Federal Wage Determination
PAIN0005-006 07/01/2004
ADAMS, ASOTIN; BENTON AND FRANKLIN (EXCEPT HANFORD SITE);
CHELAN, COLUMBIA, DOUGLAS, FERRY, GARFIELD, GRANT, KITTITAS,
LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA,
WHITMAN AND YAKIMA COUNTIES
Rates Fringes
Painters:
Application of Cold Tar
Products, Epoxies, Polyure
thanes, Acids, Radiation
Resistant Material, Water
and Sandblasting, Bridges,
Towers, Tanks, Stacks,
Steeples $ 19.89 6.43
Brush, Roller, Striping,
Steam -cleaning and Spray$ 18.89 6.43
Lead Abatement, Asbestos
Abatement $ 19.89 6.43
TV Radio, Electrical
Transmission Towers $ 20.64 6.43
*$.70 shall be paid over and above the basic wage rates
listed for work on swing stages and high work of over 30
feet.
PAIN0055-002 05/16/2005
CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKIAKUM
COUNTIES
Rates Fringes
Painters:
Brush & Roller $ 18.03 6.63
High work - All work 60
ft. or higher $ 18.78 6.63
Spray and Sandblasting $ 18.63 6.63
PAIN0055-007 06/01/2005
CLARK, COWLITZ, KLICKITAT, SKAMANIA and WAHKIAKUM COUNTIES
Rates Fringes
Painters:
HIGHWAY & PARKING LOT
STRIPER $ 25.49
8.05
WA030001 Modification 31 36
Federal Wage Determination
PLAS0072-004 06/01/2005
ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY,
FRANKLIN, GARFIELD, GRANT, KITTITAS, LINCOLN, OKANOGAN, PEND
OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN, AND YAKIMA
COUNTIES
Rates Fringes
Cement Mason
ZONE 1• $ 22.73 7.43
Zone Differential (Add to Zone 1 rate): Zone 2 - $2.00
BASE POINTS: Spokane, Pasco, Moses Lake, Lewiston
Zone 1: 0 - 45 radius miles from the main post office
Zone 2: Over 45 radius miles from the main post office
PLAS0528-001 06/01/2005
CLALLAM, COWLITZ, GRAYS HARBOR, ISLAND, JEFFERSON, KING,
KITSAP, LEWIS, MASON, PACIFIC, PIERCE, SAN JUAN, SKAGIT,
SNOHOMISH, THURSTON, .WAHKIAKUM AND WHATCOM COUNTIES
Rates
Cement Masons:
CEMENT MASON $ 29.59
COMPOSITION, COLOR MASTIC,
TROWEL MACHINE, GRINDER,
POWER TOOLS, GUNNITE NOZZLE.$ 29.84
Fringes
11.52
11.52
PLAS0555-002 06/01/2005
CLARK, COWLITZ, KLICKITAT, PACIFIC_(SOUTH), SKAMANIA, AND
WAHKIAKUM COUNTIES
ZONE 1:
Rates Fringes
Cement Masons:
CEMENT MASONS DOING BOTH
COMPOSITION/POWER
MACHINERY AND
SUSPENDED/HANGING SCAFFOLD$ 27.89 11.05
CEMENT MASONS ON
SUSPENDED, SWINGING AND/OR
HANGING SCAFFOLD $ 27.39 11.05
CEMENT MASONS $ 26.89 11.05
COMPOSITION WORKERS AND
POWER MACHINERY OPERATORS$ 27.39 11.05
WA030001 Modification 31 37
Federal Wage Determination
Zone Differential (Add To Zone 1 Rates):
Zone 2 - $0.65
Zone 3 - 1.15
Zone 4 - 1.70
Zone 5 - 3.00
BASE POINTS: BEND, CORVALLIS, EUGENE, MEDFORD, PORTLAND,
SALEM, THE DALLES, VANCOUVER
ZONE 1: Projects within 30 miles of the respective city hall
ZONE 2: More than 30 miles but less than 40 miles from the
respective city hall.
ZONE 3: More than 40 miles but less than 50 miles from the
respective city hall.
ZONE 4: More than 50 miles but less than 80 miles from the
respective city hall.
ZONE 5: More than 80 miles from the respective city hall
PLUM0032-002 01/01/2005
CLALLAM, KING AND JEFFERSON COUNTIES
Rates
Plumbers and Pipefitters $ 35.63
Fringes
15.43
PLUM0032-003 01/01/2005
CHELAN, KITTITAS (NORTHERN TIP), DOUGLAS (NORTH), AND OKANOGAN
(NORTH) COUNTIES
Rates Fringes
Plumbers and Pipefitters $ 25.88 12.78
PLUM0044-003 06/01/2005
ADAMS (NORTHERN PART), ASOTIN (CLARKSTON ONLY), FERRY (EASTERN
PART), LINCOLN, PEND ORIELLE, STEVENS, SPOKANE, AND WHITMAN
COUNTIES
Rates Fringes
Plumbers and Pipefitters $ 29.76 11.69
WA030001 Modification 31 38
Federal Wage Determination
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
PLUM0082-001 01/01/2005
CLARK (NORTHERN TIP INCLUDING WOODLAND), COWLITZ, GRAYS HARBOR,
LEWIS, MASON (EXCLUDING NE SECTION), PACIFIC, PIERCE SKAMANIA,
THURSTON AND WAHKIAKUM COUNTIES
Rates Fringes
Plumbers and Pipefitters $ 31.90 13.77
PLUM0265-003 01/01/2005
ISLAND, SKAGIT, SNOHOMISH,SAN JUAN AND WHATCOM COUNTIES
Rates Fringes
Plumbers and Pipefitters $ 31.80 13.77
PLUM0290-003 04/01/2005
CLARK (ALL EXCLUDING NORTHERN TIP INCLUDING CITY OF WOODLAND)
Rates
Fringes
Plumbers and Pipefitters $ 33.16 15.09
PLUM0598-005 06/01/2005
ADAMS (SOUTHERN PART), ASOTIN (EXCLUDING THE CITY OF
CLARKSTON), BENTON, COLUMBIA, DOUGLAS (EASTERN HALF), FERRY
(WESTERN PART), FRANKLIN, GARFIELD, GRANT, KITTITAS (ALL BUT
NORTHERN TIP), KLICKITAT, LINCOLN (WESTERN PART), OKANOGAN
(EASTERN), WALLA WALLA AND YAKIMA COUNTIES
Rates Fringes
Plumber $ 32.57 16.61
WA030001 Modification 31 39
Federal Wage Determination
PLUM0631-001 01/01/2005
MASON (NE SECTION), AND KITSAP COUNTIES
Rates
Fringes
Plumbers and Pipefitters
All new construction,
additions, and remodeling
of commercial building
projects such as: cocktail
lounges and taverns,
professional buildings,
medical clinics, retail
stores, hotels and motels,
restaurants and fast food
types, gasoline service
stations, and car washes
where the plumbing and
mechanical cost of the
project is less than
$100,000 $ 21.45 5.18
All other work where the
plumbing and mechanical
cost of the project is
$100,000 and over $ 30.99 13.77
TEAM0037-002 06/01/2005
CLARK, COWLITZ, KLICKITAT, PACIFIC (South of a straight line
made by extending the north boundary line of Wahkiakum County
west to the Pacific Ocean), SKAMANIA, AND WAHKIAKUM COUNTIES
Rates Fringes
Truck drivers:
ZONE 1
GROUP 1 $ 24.65 10.00
GROUP 2 $ 24.77 10.00
GROUP 3 $ 24.90 10.00
GROUP 4 $ 25.16 10.00
GROUP 5 $ 25.38 10.00
GROUP 6 $ 25.54 10.00
GROUP 7 $ 25.74 10.00
WA030001 Modification 31 40
Federal Wage Determination
Zone Differential (Add to Zone 1 Rates):
Zone 2 - $0.65
Zone 3 - 1.15
Zone 4 - 1.70
Zone 5 - 2.75
BASE POINTS: ASTORIA, THE DALLES, LONGVIEW AND VANCOUVER
ZONE 1: Projects within 30 miles of the respective city
hall.
ZONE 2: More than 30 miles
respective city hall.
ZONE 3: More than 40 miles
respective city hall.
ZONE 4: More than 50 miles
respective city hall.
ZONE 5: More than 80 miles from the respective city hall.
TRUCK DRIVERS CLASSIFICATIONS
but less than 40 miles from the
but less than 50 miles from the
but less than 80 miles from the
GROUP 1: A Frame or Hydra lifrt truck w/load bearing
surface; Articulated Dump Truck; Battery Rebuilders; Bus or
Manhaul Driver; Concrete Buggies (power operated); Concrete
Pump Truck; Dump Trucks, side, end and bottom dumps,
including Semi Trucks and Trains or combinations there of:
up to and including 10 cu. yds.; Lift Jitneys, Fork Lifts
(all sizes in loading, unloading and transporting material
on job site); Loader and/or Leverman on Concrete Dry Batch
Plant (manually operated); Pilot Car; Pickup Truck; Solo
Flat Bed and misc. Body Trucks, 0-10 tons; Truck Tender;
Truck Mechanic Tender; Water Wagons (rated capacity) up to
3,000 gallons; Transit Mix and Wet or Dry Mix - 5 cu. yds.
and under; Lubrication Man, Fuel Truck Driver, Tireman,
Wash Rack, Steam Cleaner or combinations; Team Driver;
Slurry Truck Driver or Leverman; Tireman
GROUP 2: Boom Truck/Hydra-lift or Retracting Crane;
Challenger; Dumpsters or similar equipment all sizes; Dump
Trucks/Articulated Dumps 6 cu to 10 cu.; Flaherty Spreader
Driver or Leverman; Lowbed Equipment, Flat Bed Semi -trailer
or doubles transporting equipment or wet or dry materials;
Lumber Carrier, Driver -Straddle Carrier (used in loading,
unloading and transporting of materials on job site); Oil
Distributor Driver or Leverman; Transit mix and wet or dry
mix trcuks: over 5 cu. yds. and including 7 cu. yds.;
Vacuum Trucks; Water truck/Wagons (rated capacity) over
3,000 to 5,000 gallons
WA030001 Modification 31
Federal Wage Determination
GROUP 3: Ammonia Nitrate Distributor Driver; Dump trucks,
side, end and bottom dumps, including Semi Trucks and
Trains or combinations thereof: over 10 cu. yds. and
including 30 cu. yds. includes Articulated Dump Trucks;
Self -Propelled Street Sweeper; Transit mix and wet or dry
mix truck: over 7 cu yds. and including 11 cu yds.; Truck
Mechanic -Welder -Body Repairman; Utility and Clean-up Truck;
Water Wagons (rated capacity) over 5,000 to 10,000 gallons
GROUP 4: Asphalt Burner; Dump Trucks, side, end and bottom
cumps, including Semi -Trucks and Trains or combinations
thereof: over 30 cu. yds. and including 50 cu. yds.
includes Articulated Dump Trucks; Fire Guard; Transit Mix
and Wet or Dry Mix Trucks, over 11 cu. yds. and including
15 cu. yds.; Water Wagon (rated capacity) over 10,000
gallons to 15,000 gallons
GROUP 5: Composite Crewman; Dump Trucks, side, end and
bottom dumps, including Semi Trucks and Trains or
combinations thereof: over 50 cu. yds. and including 60 cu.
yds. includes Articulated Dump Trucks
GROUP 6: Bulk Cement Spreader w/o Auger; Dry Pre -Batch
concrete Mix Trucks; Dump trucks, side, end and bottom
dumps, including Semi Trucks and Trains of combinations
thereof: over 60 cu. yds. and including 80 cu. yds., and
includes Articulated Dump Trucks; Skid Truck
GROUP 7: Dump Trucks, side, end and bottom dumps, including
Semi Trucks and Trains or combinations thereof: over 80 cu.
yds. and including 100 cu. yds., includes Articulated Dump
Trucks; Industrial Lift Truck (mechanical tailgate)
TEAM0174-001 06/01/2005
CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS,
MASON, PACIFIC (North of a straight line made by extending the
north boundary line of Wahkiakum County west to the Pacific
Ocean), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND
WHATCOM COUNTIES
Rates Fringes
Truck drivers:
ZONE A:
GROUP 1• $ 26.94 11.58
GROUP 2 $ 26.36 11.58
GROUP 3• $ 23.96 11.58
GROUP 4 $ 19.71 11.58
GROUP 5 $ 26.70 11.58
ZONE B (25-45 miles from center of listed cities*): Add $.70
per hour to Zone A rates.
ZONE C (over 45 miles from centr of listed cities*): Add
$1.00 per hour to Zone A rates.
WA030001 Modification 31 42
Federal Wage Determination
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
*Zone pay will be calculated from the city center of the
following listed cities:
BELLINGHAM
EVERETT
SEATTLE
TACOMA
CENTRALIA
SHELTON
PORT ANGELES
PORT TOWNSEND
TRUCK DRIVERS CLASSIFICATIONS
RAYMOND
ANACORTES
MT. VERNON
ABERDEEN
OLYMPIA
BELLEVUE
KENT
BREMERTON
GROUP 1 - "A -frame or Hydralift" trucks and Boom trucks or
similar equipment when "A" frame or "Hydralift" and Boom
truck or similar equipment is used; Buggymobile; Bulk
Cement Tanker; Dumpsters and similar equipment,
Tournorockers, Tournowagon, Tournotrailer, Cat DW series,
Terra Cobra, Le Tourneau, Westinghouse, Athye Wagon, Euclid
Two and Four -Wheeled power tractor with trailer and similar
top -loaded equipment transporting material: Dump Trucks,
side, end and bottom dump, including semi -trucks and trains
or combinations thereof with 16 yards to 30 yards capacity:
Over 30 yards $.15 per hour additional for each 10 yard
increment; Explosive Truck (field mix) and similar
equipment; Hyster Operators (handling bulk loose
aggregates); Lowbed and Heavy Duty Trailer; Road Oil
Distributor Driver; Spreader, Flaherty Transit mix used
exclusively in heavy construction; Water Wagon and Tank
Truck -3,000 gallons and over capacity
GROUP 2 - Bulllifts, or similar equipment used in loading or
unloading trucks, transporting materials on job site;
Dumpsters, and similar equipment, Tournorockers,
Tournowagon, Turnotrailer, Cat. D.W. Series, Terra Cobra,
Le Tourneau, Westinghouse, Athye wagon, Euclid two and
four -wheeled power tractor with trailer and similar
top -loaded equipment transporting material: Dump trucks,
side, end and bottom dump, including semi -trucks and trains
or combinations thereof with less than 16 yards capacity;
Flatbed (Dual Rear Axle); Grease Truck, Fuel Truck,
Greaser, Battery Service Man and/or Tire Service Man;
Leverman and loader at bunkers and batch plants; Oil tank
transport; Scissor truck; Slurry Truck; Sno-Go and similar
equipment; Swampers; Straddler Carrier (Ross, Hyster) and
similar equipment; Team Driver; Tractor (small,
rubber-tired)(when used within Teamster jurisdiction);
Vacuum truck; Water Wagon and Tank trucks -less than 3,000
gallons capacity; Winch Truck; Wrecker, Tow truck and
similar equipment
GROUP 3 - Flatbed (single rear axle); Pickup Sweeper; Pickup
Truck. (Adjust Group 3 upward by $2.00 per hour for onsite
work only)
GROUP 4 - Escort or Pilot Car
GROUP 5 - Mechanic
WA030001 Modification 31
Federal Wage Determination
HAZMAT PROJECTS
Anyone working on a HAZMAT job, where HAZMAT certification is
required, shall be compensated as a premium, in addition to
the classification working in as follows:
LEVEL C: +$.25 per hour - This level uses an air purifying
respirator or additional protective clothing.
LEVEL B: +$.50 per hour - Uses same respirator protection as
Level A. Supplied air line is provided in conjunction with
a chemical "splash suit."
LEVEL A: +$.75 per hour - This level utilizes a fully -
encapsulated suit with a self-contained breathing apparatus
or a supplied air line.
* TEAM0760-002 06/01/2005
ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY,
FRANKLIN, GARFIELD, GRANT KITTITAS, LINCOLN, OKANOGAN, PEND
OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA
COUNTIES
Rates Fringes
Truck drivers: (ANYONE
WORKING ON HAZMAT JOBS SEE
FOOTNOTE A BELOW)
ZONE 1:
GROUP 1 $ 17.83 9.90
GROUP 2 $ 20.10 9.90
GROUP 3 $ 20.60 9.90
GROUP 4 $ 20.93 9.90
GROUP 5 $ 21.04 9.90
GROUP 6 $ 21.21 9.90
GROUP 7 $ 21.74 9.90
GROUP 8 $ 22.07 9.90
Zone Differential (Add to Zone 1 rate: Zone 2 - $2.00)
BASE POINTS: Spokane, Moses Lake, Pasco, Lewiston
Zone 1: 0-45 radius miles from the main post office.
Zone 2: Outside 45 radius miles from the main post office
TRUCK DRIVERS CLASSIFICATIONS
GROUP 1: Escort Driver or Pilot Car; Employee Haul; Power
Boat Hauling Employees or Material
GROUP 2: Fish Truck; Flat Bed Truck; Fork Lift (3000 lbs. and
under); Leverperson (loading trucks at bunkers); Trailer
Mounted Hydro Seeder and Mulcher; Seeder & Mulcher;
Stationary Fuel Operator; Tractor (small, rubber -tired,
pulling trailer or similar equipment)
WA030001 Modification 31 44
Federal Wage Determination
GROUP 3: Auto Crane (2000 lbs. capacity); Buggy Mobile &
Similar; Bulk Cement Tanks & Spreader; Dumptor (6 yds. &
under); Flat Bed Truck with Hydraullic System; Fork Lift
(3001-16,000 lbs.); Fuel Truck Driver, Steamcleaner &
Washer; Power Operated Sweeper; Rubber -tired Tunnel Jumbo;
Scissors Truck; Slurry Truck Driver; Straddle Carrier
(Ross, Hyster, & similar); Tireperson; Transit Mixers &
Truck Hauling Concrete (3 yd. to & including 6 yds.);
Trucks, side, end, bottom & articulated end dump (3 yards
to and including 6 yds.); Warehouseperson (to include
shipping & receiving); Wrecker & Tow Truck
GROUP 4: A -Frame; Burner, Cutter, & Welder; Service Greaser;
Trucks, side, end, bottom & articulated end dump (over 6
yards to and including 12 yds.); Truck Mounted Hydro
Seeder; Warehouseperson; Water Tank truck (0-8,000 gallons)
GROUP 5: Dumptor (over 6 yds.); Lowboy (50 tons & under);
Self- loading Roll Off; Semi -Truck & Trailer; Tractor with
Steer Trailer; Transit Mixers and Trucks Hauling Concrete
(over 6 yds. to and including 10 yds.); Trucks, side, end,
bottom and end dump (over 12 yds. to & including 20 yds.);
Truck -Mounted Crane (with load bearing surface either
mounted or pulled, up to 14 ton); Vacuum Truck (super
sucker, guzzler, etc.)
GROUP 6: Flaherty Spreader Box Driver; Flowboys; Fork Lift
(over 16,000 lbs.); Dumps (Semi -end); Mechanic (Field);
Semi- end Dumps; Transfer Truck & Trailer; Transit Mixers &
Trucks Hauling Concrete (over 10 yds. to & including 20
yds.); Trucks, side, end, bottom and articulated end dump
(over 20 yds. to & including 40 yds.); Truck and Pup;
Tournarocker, DWs & similar with 2 or more 4 wheel -power
tractor with trailer, gallonage or yardage scale, whichever
is greater Water Tank Truck (8,001- 14,000 gallons);
Lowboy(over 50 tons)
GROUP 7: Oil Distributor Driver; Stringer Truck (cable
oeprated trailer); Transit Mixers & Trucks Hauling Concrete
(over 20 yds.); Truck, side, end, bottom end dump (over 40
yds. to & including 100 yds.); Truck Mounted Crane (with
load bearing surface either mounted or pulled (16 through
25 tons);
GROUP 8: Prime Movers and Stinger Truck; Trucks, side, end,
bottom and articulated end dump (over 100 yds.)-; Helicopter
Pilot Hauling Employees or Materials
Footnote A - Anyone working on a HAZMAT job, where HAZMAT
certification is required; shall be compensated as a
premium, in additon to the classification working in as
follows:
LEVEL C -D: - $.50 PER HOUR (This is the lowest level of
use an air purifying respirator
othing.
(Uses supplied air is conjunction
or fully encapsulated suit with
apparatus.
protection. This level may
or additional protective cl
LEVEL A -B: - $1.00 PER HOUR
with a chemical spash suit
a self-contained breathing
Employees shall be paid Hazmat pay in increments of four(4)
and eight(8) hours.
WA030001 Modification 31
Federal Wage Determination
NOTE:
Trucks Pulling Equipment Trailers: shall receive $.15/hour
over applicable truck rate
WELDERS - Receive rate prescribed for craft performing
operation to which welding is incidental.
Unlisted classifications needed for work not included within
the scope of the classifications listed may be added after
award only as provided in the labor standards contract clauses
(29CFR 5.5 (a) (1) (ii)).
In the listing above, the "SU" designation means that rates
listed under the identifier do not reflect collectively
bargained wage and fringe benefit rates. Other designations
indicate unions whose rates have been determined to be
prevailing.
WAGE DETERMINATION APPEALS PROCESS
1.) Has there been an initial decision in the matter? This can
be:
* an existing published wage determination
* a survey underlying a wage determination
* a Wage and Hour Division letter setting forth a position on
a wage determination matter
* a conformance (additional classification and rate) ruling
On survey related matters, initial contact, including requests
for summaries of surveys, should be with the Wage and Hour
Regional Office for the area in which the survey was conducted
because those Regional Offices have responsibility for the
Davis -Bacon survey program. If the response from this initial
contact is not satisfactory, then the process described in 2.)
and 3.) should be followed.
With regard to any other matter not yet ripe for the formal
process described here, initial contact should be with the
Branch of Construction Wage Determinations. Write to:
Branch of Construction Wage Determinations
Wage and Hour Division
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
WA030001 Modification 31 46
Federal Wage Determination
2.) If the answer to the question in 1.) is yes, then an
interested party (those affected by the action) can request
review and reconsideration from the Wage and Hour Administrator
(See 29 CFR Part 1.8 and 29 CFR Part 7). Write to:
Wage and Hour Administrator
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
The request should be accompanied by a full statement of the
interested party's position and by any information (wage
payment data, project description, area practice material,
etc.) that the requestor considers relevant to the issue.
3.) If the decision of the Administrator is not favorable, an
interested party may appeal directly to the Administrative
Review Board (formerly the Wage Appeals Board). Write to:
Administrative Review Board
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
4.) All decisions by the Administrative Review Board are final.
END OF GENERAL DECISION
WA030001 Modification 31 47
Federal Wage Determination
State of Washington
DEPARTMENT OF LABOR AND INDUSTRIES
Prevailing Wage Section - Telephone (360) 902-5335
PO Box 44540, Olympia, WA 98504-4540
Washington State Prevailing Wage Rates For Public Works Contracts
The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe behefits.
On public works projects, workers' wage and benefit rates must add to not less than this total. A brief
description of overtime calculation requirements is provided on the Benefit Code Key.
YAKIMA COUNTY
Effective 03-03-05
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
ASBESTOS ABATEMENT WORKERS
JOURNEY LEVEL $26.39 1N 5D
BOILERMAKERS
JOURNEY LEVEL $44.97 1B 5N
BRICK AND MARBLE MASONS
JOURNEY LEVEL $33.02 1M 5A
CABINET MAKERS (IN SHOP)
JOURNEY LEVEL $19.24 1
CARPENTERS
ACOUSTICAL WORKER $31.25 1M 5D
BRIDGE, DOCK AND WARF CARPENTERS $38.67 1M 5D
CARPENTER $30.99 1M 5D
CREOSOTED MATERIAL $31.09 1M 5D
DRYWALL APPLICATOR $30.99 1M 5D
FLOOR FINISHER $31.12 1M 5D
FLOOR LAYER $31.12 1M 5D
FLOOR SANDER $31.12 1M 5D
MILLWRIGHT $39.67 1M 50
PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING $38.87 1M 5D
SAWFILER $31.12 1M 5D
SHINGLER $31.12 1M 5D
STATIONARY POWER SAW OPERATOR $31.12 1M 5D
STATIONARY WOODWORKING TOOLS $31.12 1M 5D
CEMENT MASONS
JOURNEY LEVEL $29.76 1N 5D
DIVERS & TENDERS
DIVER $80.62 1M 50 8A
DIVER TENDER $41.72 1M 5D
DREDGE WORKERS
ASSISTANT ENGINEER $39.52 1B 5D 8L
ASSISTANT MATE (DECKHAND) $38.76 1B 5D 8L
BOATMEN $39.52 1B 5D 8L
ENGINEER WELDER $39.57 IB 5D 8L
LEVERMAN, HYDRAULIC $41.04 1B 5D 8L
MAINTENANCE $38.76 1B 5D 8L
MATES $39.52 1B 5D 8L
OILER $39.16 1B 5D 8L
DRYWALL TAPERS
JOURNEY LEVEL $27.84 1P 5A
ELECTRICIANS - INSIDE
JOURNEY LEVEL $42.92 1J 5A
ELECTRICIANS - POWERLINE CONSTRUCTION
CABLE SPLICER $50.84 4A 5A
CERTIFIED LINE WELDER $46.37 4A 5A
GROUNDPERSON $33.64 4A 5A
HEAD GROUNDPERSON $35.46 4A 5A
HEAVY LINE EQUIPMENT OPERATOR $46.37 4A 5A
JACKHAMMER OPERATOR $35.46 4A 5A
JOURNEY LEVEL LINEPERSON $46.37 4A 5A
LINE EQUIPMENT OPERATOR $39.50 4A 5A
POLE SPRAYER $46.37 4A 5A
POWDERPERSON $35.46 4A 5A
Page 1
YAKIMA COUNTY
Effective 03-03-05
Classification
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
WAGE Code Code Code
ELECTRONIC & TELECOMMUNICATION TECHNICIANS
JOURNEY LEVEL $12.07 1
ELEVATOR CONSTRUCTORS
MECHANIC $52.27 4A 6Q
MECHANIC IN CHARGE $57.41 4A 6Q
FENCE ERECTORS
FENCE ERECTOR $21.64 1
FLAGGERS
JOURNEY LEVEL $24.67 1N 5D
GLAZIERS
JOURNEY LEVEL $19.51 1B 61
HEAT & FROST INSULATORS AND ASBESTOS WORKERS
MECHANIC $23.18 1
HOD CARRIERS & MASON TENDERS
JOURNEY LEVEL $26.87 1N 5D
INSULATION APPLICATORS
JOURNEY LEVEL $32.91 1
IRONWORKERS
JOURNEY LEVEL $41.32 18 5A
LABORERS
ALL CLASSIFICATIONS $18.12 1
LANDSCAPE CONSTRUCTION
IRRIGATION OR LAWN SPRINKLER INSTALLERS $7.38 1
LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $15.45 1
LANDSCAPING OR PLANTING LABORERS $7.63 1
LATHERS
JOURNEY LEVEL $30.99 1M 5D
PAINTERS
JOURNEY LEVEL $20 05 1
PLASTERERS
JOURNEY LEVEL $39.93 1R 5A
PLUMBERS & PIPEFITTERS
JOURNEY LEVEL $46.82 1Q 5A
POWER EQUIPMENT OPERATORS
ASSISTANT ENGINEERS $37.26 1T 5D 8L
BACKHOE, EXCAVATOR, SHOVEL (3 YD & UNDER) $39 88 1T 5D 8L
BACKHOE, EXCAVATOR, SHOVEL (OVER 3 YD & UNDER 6 YD) $40.34 1T 5D 8L
BACKHOE, EXCAVATOR, SHOVEL (6 YD AND OVER WITH $40.86 1T 5D 8L
BACKHOES, (75 HP & UNDER) $39.49 1T 50 8L
BACKHOES, (OVER 75 HP) $39.88 1T 5D 8L
BARRIER MACHINE (ZIPPER) $39.88 1T 5D 8L
BATCH PLANT OPERATOR, CONCRETE $39.88 1T 5D 8L
BELT LOADERS (ELEVATING TYPE) $39.49 1T 5D 8L
BOBCAT (SKID STEER) $37.26 1T 5D 8L
BROOMS $37.26 1T 50 8L
BUMP CUTTER $39.88 1T 5D 8L
CABLEWAYS $40.34 1T 50 8L
CHIPPER $39.88 1T 5D 8L
COMPRESSORS $37.26 1T 5D 8L
CONCRETE FINISH MACHINE - LASER SCREED $37.26 1T 50 8L
CONCRETE PUMPS $39.49 1T 5D 8L
CONCRETE PUMP -TRUCK MOUNT WITH BOOM ATTACHMENT $39.88 1T 5D 8L
CONVEYORS $39.49 1T 50 8L
CRANES, THRU 19 TONS, WITH ATTACHMENTS $39.49 1T 50 8L
CRANES, 20 - 44 TONS, WITH ATTACHMENTS $39.88 1T 5D 8L
CRANES, 45 TONS - 99 TONS, UNDER 150 FT OF BOOM (INCLUDING $40.34 1T 5D 8L
JIB WITH ATACHMENTS)
CRANES, 100 TONS - 199 TONS, OR 150 FT OF BOOM (INCLUDING JIB $40 86 1T 5D 8L
WITH ATTACHMENTS)
Page 2
YAKIMA COUNTY
Effective 03-03-05
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB $41.40 1T 5D 8L
WITH ATTACHMENTS)
CRANES, A -FRAME, 10 TON AND UNDER $37.26 1T 5D 8L
CRANES, A -FRAME, OVER 10 TON $39.49 1T 5D 8L
CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH $41.92 1T 5D 8L
ATTACHMENTS
CRANES, OVERHEAD, BRIDGE TYPE ( 20 - 44 TONS) $39.88 1T 5D 8L
CRANES, OVERHEAD, BRIDGE TYPE (45 - 99 TONS) $40.34 1T 5D 8L
CRANES, OVERHEAD, BRIDGE TYPE (100 TONS & OVER) $40.86 1T 50 8L
CRANES, TOWER CRANE UP TO 175' IN HEIGHT, BASE TO BOOM $40.86 1T 5D 8L
CRANES, TOWER CRANE OVER 175' IN HEIGHT, BASE TO BOOM $41.40 1T 5D 8L
CRUSHERS $39.88 1T 5D 8L
DECK ENGINEER/DECK WINCHES (POWER) $39.88 1T 5D 8L
DERRICK, BUILDING $40.34 IT 5D 8L
DOZERS, D-9 & UNDER $39.49 1T 50 8L
DRILL OILERS - AUGER TYPE, TRUCK OR CRANE MOUNT $39.49 1T 5D 8L
DRILLING MACHINE $39.88 1T 5D BL
ELEVATOR AND MANLIFT, PERMANENT AND SHAFT -TYPE $37.26 1T 5D 8L
EQUIPMENT SERVICE ENGINEER (OILER) $39.49 1T 5D 8L
FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $39.88 1T 5D 8L
FORK LIFTS, (3000 LBS AND OVER) $39.49 1T 5D 8L
FORK LIFTS, (UNDER 3000 LBS) $37.26 1T 5D 8L
GRADE ENGINEER $39.49 1T 5D 8L
GRADECHECKER AND STAKEMAN $37.26 1T 5D 8L
GUARDRAIL PUNCH $39.88 1T 5D 8L
HOISTS, OUTSIDE (ELEVATORS AND MANLIFTS), AIR TUGGERS $39.49 1T 5D 8L
HORIZONTAUDIRECTIONAL DRILL LOCATOR $39.49 IT 5D 8L
HORIZONTAUDIRECTIONAL DRILL OPERATOR $39.88 1T 5D BL
HYDRALIFTS/BOOM TRUCKS (10 TON & UNDER) $37.26 IT 5D 8L
HYDRALIFTS/BOOM TRUCKS (OVER 10 TON) $39.49 1T 5D 8L
LOADERS, OVERHEAD (6 YD UP TO 8 YD) $40.34 1T 50 8L
LOADERS, OVERHEAD (8 YD & OVER) $40.86 1T 5D 8L
LOADERS, OVERHEAD (UNDER 6 YD), PLANT FEED $39.88 1T 5D 8L
LOCOMOTIVES, ALL $39.88 1T 5D 8L
MECHANICS, ALL $40.34 1T 5D 8L
MIXERS, ASPHALT PLANT $39.88 1T 50 8L
MOTOR PATROL GRADER (FINISHING) $39.88 1T 50 8L
MOTOR PATROL GRADER (NON -FINISHING) $39.49 1T 5D BL
MUCKING MACHINE, MOLE, TUNNEL DRILL AND/OR SHIELD $40.34 1T 5D 8L
OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $37.26 1T 5D 8L
OPERATOR
PAVEMENT BREAKER $37.26 1T 50 8L
PILEDRIVER (OTHER THAN CRANE MOUNT) $39.88 1T 5D 8L
PLANT OILER (ASPHALT, CRUSHER) $39.49 1T 5D 8L
POSTHOLE DIGGER, MECHANICAL $37.26 IT 5D 8L
POWER PLANT $37.26 1T 5D 8L
PUMPS, WATER $37.26 1T 50 8L
QUAD 9, D-10, AND HD -41 $40.34 1T 5D 8L
REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $40.34 1T 5D 8L
EQUIP
RIGGER AND BELLMAN $37.26 1T 5D 8L
ROLLAGON $40.34 1T 5D 8L
ROLLER, OTHER THAN PLANT ROAD MIX $37.26 1T 5D 8L
ROLLERS, PLANTMIX OR MULTILIFT MATERIALS $39.49 1T 50 8L
ROTO -MILL, ROTO -GRINDER $39.88 1T 51) 8L
SAWS, CONCRETE $39.49 1T 5D 8L
SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $39 88 1T 50 8L
OFF-ROAD EQUIPMENT ( UNDER 45 YD)
Page 3
YAKIMA COUNTY
Effective 03-03-05
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $40 34 1T 5D 8L
OFF-ROAD EQUIPMENT (45 YD AND OVER)
SCRAPERS, CONCRETE AND CARRY ALL $39.49 1T 5D 8L
SCREED MAN $39.88 1T 5D 8L
SHOTCRETE GUNITE $37.26 1T 5D 8L
SLIPFORM PAVERS $40.34 1T 5D 8L
SPREADER, TOPSIDE OPERATOR - BLAW KNOX $39.88 1T 5D 8L
SUBGRADE TRIMMER $39.88 1T 5D 8L
TOWER BUCKET ELEVATORS $39.49 1T 5D 8L
TRACTORS, (75 HP & UNDER) $39.49 1T 5D 8L
TRACTORS, (OVER 75 HP) $39.88 1T 5D 8L
TRANSFER MATERIAL SERVICE MACHINE $39.88 1T 5D 8L
TRANSPORTERS, ALL TRACK OR TRUCK TYPE $40.34 1T 5D 8L
TRENCHING MACHINES $39.49 1T 5D 8L
TRUCK CRANE OILER/DRIVER ( UNDER 100 TON) $39.49 1T 5D 8L
TRUCK CRANE OILER/DRIVER (100 TON & OVER) $39.88 1T 5D 8L
TRUCK MOUNT PORTABLE CONVEYER $39.88 1T 5D 8L
WHEEL TRACTORS, FARMALL TYPE $37.26 1T 5D 8L
YO YO PAY DOZER $39.88 1T 5D 8L
POWER LINE CLEARANCE TREE TRIMMERS
JOURNEY LEVEL IN CHARGE $33.06 4A 5A
SPRAY PERSON $31.34 4A 5A
TREE EQUIPMENT OPERATOR $31.76 4A 5A
TREE TRIMMER $29.48 4A 5A
TREE TRIMMER GROUNDPERSON $21.94 4A 5A
REFRIGERATION & AIR CONDITIONING MECHANICS
MECHANIC $46.82 1Q 5A
ROOFERS
JOURNEY LEVEL $27.62 1J 51
USING IRRITABLE BITUMINOUS MATERIALS $30.62 1J 51
SHEET METAL WORKERS
JOURNEY LEVEL (FIELD OR SHOP) $37.12 1B 5A
SOFT FLOOR LAYERS
JOURNEY LEVEL $22.07 1N 5A
SOLAR CONTROLS FOR WINDOWS
JOURNEY LEVEL $7.35 1
SPRINKLER FITTERS (FIRE PROTECTION)
JOURNEY LEVEL $36.20 1R 51
SURVEYORS
CHAIN PERSON $9.25 1
INSTRUMENT PERSON $12.05 1
PARTY CHIEF $15.05 1
TELEPHONE LINE CONSTRUCTION - OUTSIDE
CABLE SPLICER $28.31 2B 5A
HOLE DIGGER/GROUND PERSON $15.92 2B 5A
INSTALLER (REPAIRER) $27.16 2B 5A
JOURNEY LEVEL TELEPHONE LINEPERSON $26.34 2B 5A
SPECIAL APPARATUS INSTALLER I $28.31 2B 5A
SPECIAL APPARATUS INSTALLER 11 $27.74 2B 5A
TELEPHONE EQUIPMENT OPERATOR (HEAVY) $28.31 2B 5A
TELEPHONE EQUIPMENT OPERATOR (LIGHT) $26.34 2B 5A
TELEVISION GROUND PERSON $15.12 2B 5A
TELEVISION LINEPERSON/INSTALLER $20.05 2B 5A
TELEVISION SYSTEM TECHNICIAN $23.82 2B 5A
TELEVISION TECHNICIAN $21.45 2B 5A
TREE TRIMMER $26.34 2B 5A
TERRAZZO WORKERS & TILE SETTERS
JOURNEY LEVEL $25.91 2M 5A
TILE, MARBLE & TERRAZZO FINISHERS
Page 4
YAKIMA COUNTY
Effective 03-03-05
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
FINISHER $22.11 2M 5A
TRAFFIC CONTROL STRIPERS
JOURNEY LEVEL $31.90 1K 5A
TRUCK DRIVERS
ASPHALT MIX $14.19 1
DUMP TRUCK $27.36 2G 61
DUMP TRUCK & TRAILER $27.36 2G 61
OTHER TRUCKS $27 36 2G 61
TRANSIT MIXER $27.36 2G 61
WELL DRILLERS & IRRIGATION PUMP INSTALLERS
IRRIGATION PUMP INSTALLER $11.15 1
OILER $9.20 1
WELL DRILLER $17.68 1
Page 5
Washington State Department of Labor and Industries
Policy Statement
(Regarding the Production of "Standard" or "Non-standard" Items)
Below is the department's (State L&I's) list of criteria to be used in determining
whether a prefabricated item is "standard" or "non-standard". For items not
appearing on WSDOT's predetermined list, these criteria shall be used by the
Contractor (and the Contractor's subcontractors, agents to subcontractors, suppliers,
manufacturers, and fabricators) to determine coverage under RCW 39.12. The
production, in the State of Washington, of non-standard items is covered by RCW
39.12, and the production of standard items is not. The production of any item
outside the State of Washington is not covered by RCW 39.12.
1. Is the item fabricated for a public works project? If not, it is not subject to RCW
39.12. If it is, go to question 2.
2. Is the item fabricated on the public works jobsite? If it is, the work is covered
under RCW 39.12. If not, go to question 3.
3. Is the item fabricated in an assembly/fabrication plant set up for, and dedicated
primarily to, the public works project? If it is, the work is covered by RCW 39.12.
If not, go to question 4.
4. Does the item require any assembly, cutting, modification or other fabrication by
the supplier? If not, the work is not covered by RCW 39.12. If yes, go to
question 5.
5. Is the prefabricated item intended for the public works project typically an
inventory item which could reasonably be sold on the general market? If not, the
work is covered by RCW 39.12. If yes, go to question 6.
6. Does the specific prefabricated item, generally defined as standard, have any
unusual characteristics such as shape, type of material, strength requirements,
finish, etc? If yes, the work is covered under RCW 39.12.
Any firm with questions regarding the policy, WSDOT's Predetermined List, or for
determinations of covered and non -covered workers shall be directed to State L&I at
(360) 902-5330.
OM
$$2$$
Supplemental To Wage Rates
Page 1
WSDOT's
Predetermined List for
Suppliers - Manufacturers - Fabricators
Below is a list of potentially prefabricated items, originally furnished by WSDOT to
Washington State Department of Labor and Industries, that may be considered non-
standard and therefore covered by the prevailing wage law, RCW 39.12. Items marked
with an X in the "YES" column should be considered to be non-standard and therefore
covered by RCW 39.12. Items marked with an X in the "NO" column should be
considered to be standard and therefore not covered. Of course, exceptions to this
general list may occur, and in that case shall be evaluated according to the criteria
described in State and L&I's policy statement.
ITEM DESCRIPTION YES NO
1. Manhole Ring & Cover - manhole type 1, 2, 3, and 4
for bridges. For use with Catch Basin type 2.
The casting to meet AASHTO-M-105, class 30 gray
iron casting. See Std. Plan B -1f, B -23a, B -23b,
B -23c, and B -23d.
X
2. Frame & Grate - frame and Grate for Catch Basin type
1, 1 L, 1P, 2, 3, 4 and Concrete Inlets. Cast frame
may be grade 70-36 steel, class 30 gray cast iron or
grade 80-55-06 ductile iron. The cast grate may be
grade 70-36 steel or grade 80-55-06 ductile iron.
See Std. Plan B-2, B -2a, and B -2b.
X
3. Grate Inlet & Drop Inlet Frame & Grate - Frame and
Grate for Grate Inlets Type 1 or 2 or Drop Inlet.
Angle iron frame to be cast into top of inlet.
See Std. Plan B -4b or B -4h. Frames & Grates to be
galvanized.
X
4. Concrete Pipe - Plain Concrete pipe and reinforced
concrete pipe Class 2 to 5 sizes smaller than 60
inch diameter.
X
5. Concrete Pipe - Plain Concrete pipe and reinforced
concrete pipe Class 2 to 5 sizes larger than 60 inch
diameter.
$$1$$
$$2$$
Supplemental To Wage Rates
Page 2
X
YES NO
6. Corrugated Steel Pipe - Steel lock seam corrugated
pipe for culverts and storm sewers, sizes 30 inch
to 120 inches in diameter. May also be
treated, 1 thru 5.
X
7. Corrugated Aluminum Pipe - Aluminum lock seam
corrugated pipe for culverts and storm sewers, sizes
30 inch to 120 inches in diameter. May also be
treated, #5.
X
8. Anchor Bolts & Nuts - Anchor Bolts and Nuts, for
mounting sign structures, luminaries and other
items, shall be made from commercial bolt stock.
See Contract Plans and Std. Plans for size and
material type.
X
9. Aluminum Pedestrian Handrail - Pedestrian handrail
conforming to the type and material specifications set
forth in the contract plans. Welding of aluminum
shall be in accordance with Section 9-28.15(3).
X
10. Major Structural Steel Fabrication - Fabrication of
major steel items such as trusses, beams, girders, etc.,
for bridges.
X
11. Minor Structural Steel Fabrication - Fabrication of
minor steel items such as special hangers, brackets,
access doors for structures, access ladders for
irrigation boxes, bridge expansion joint systems,
etc., involving welding, cutting, punching and/or
boring of holes. See Contact Plans for item description
and shop drawings.
X
12. Aluminum Bridge Railing Type BP - Metal bridge railing
conforming to the type and material specifications set forth
in the Contract Plans. Welding of aluminum shall be in
accordance with Section 9-28.15(3).
X
UM
UM
Supplemental To Wage Rates
Page 3
13. Concrete Piling--Precast-Prestressed concrete piling for
use as 55 and 70 ton concrete piling. Concrete to conform to
Section 9-19.1 of Std. Spec.. Shop drawings for approval
shall be provided per Section 6-05.3(3) of the Std. Spec.
YES NO
X
14. Manhole Type 1, 2, 3 and 4 - Precast Manholes with risers X
and flat top slab and/or cones. See Std. Plans.
15. Drywell - Drywell as specified in Contract Plans. X
16. Catch Basin - Catch Basin type 1, 1 L, 1 P, 2, 3, and 4,
including risers, frames maybe cast into riser. See
Std. Plans.
X
17. Precast Concrete Inlet - Concrete Inlet with risers, X
frames may be cast into risers. See Std. Plans.
18. Drop Inlet Type 1 - Drop Inlet Type 1 with support X
angles and grate. See Std. Plans B -4f and B -4h.
19. Drop Inlet Type 2 - Drop Inlet type 2 with support X
angles and grate. See Std. Plans B -4g and B -4h.
20. Grate Inlet Type 2 - Grate Inlet Type 2 with risers and X
top unit with bearing angles.
21. Precast Concrete Utility Vaults - Precast Concrete
utility vaults of various sizes. Used for in ground
storage of utility facilities and controls. See Contract
Plans for size and construction requirements. Shop drawings
are to be provided for approval prior to casting.
X
$$1$$
$$2$$
Supplemental To Wage Rates
Page 4
YES NO
22. Vault Risers - For use with Valve Vaults and Utilities X
Vaults.
23. Valve Vault - For use with underground utilities. X
See Contract Plans for details.
24. Precast Concrete Barrier - Precast Concrete Barrier for
use as new barrier or may also be used as Temporary Concrete
Barrier. Only new state approved barrier may be used as
permanent barrier.
X
25. Reinforced Earth Wall Panels - Reinforced
Earth Wall Panels in size and shape as shown in
the Plans. Fabrication plant has annual approval for
methods and materials to be used. See Shop Drawing.
Fabrication at other locations may be approved, after
facilities inspection, contact HQ. Lab.
X
26. Precast Concrete Walls - Precast Concrete Walls -
tilt -up wall panel in size and shape as shown in Plans.
Fabrication plant has annual approval for methods and
materials to be used.
X
27. Precast Railroad Crossings - Concrete Crossing Structure X
Slabs.
28. 12, 18 and 26 inch Standard Precast Prestressed
Girder - Standard Precast Prestressed Girder for use in
structures. Fabricator plant has annual approval of
methods and materials to be used. Shop Drawing to be
provided for approval prior to casting girders.
See Std. Spec. Section 6-02.3(25)c.
X
$$1$$
$$2$$
Supplemental To Wage Rates
Page 5
29. Prestressed Concrete Girder Series 4-14 -
Prestressed Concrete Girders for use in structures.
Fabricator plant has annual approval of methods and
materials to be used. Shop Drawing to be provided for
approval prior to casting girders. See Std.
Spec. Section 6-02.3(25)c.
YES NO
X
30. Prestressed Tri -Beam Girder - Prestressed Tri -Beam
Girders for use in structures. Fabricator plant has
annual approval of methods and materials to be used.
Shop Drawing to be provided for approval prior to
casting girders. See Std. Spec. Section 6-02.3(25)c.
X
31 Prestressed Precast Hollow -Core Slab - Precast
Prestressed Hollow -core slab for use in structures.
Fabricator plant has annual approval of methods and
materials to be used. Shop Drawing to be provided for
approval prior to casting girders. See Std. Spec.
Section 6-02.3(25)c.
X
32. Prestressed -Bulb Tee Girder - Bulb Tee Prestressed
Girder for use in structures. Fabricator plant has
annual approval of methods and materials to be used.
Shop Drawing to be provided for approval prior to
casting girders. See Std. Spec. Section 6-02.3(26)A.
X
33. Monument Case and Cover - To meet AASHTO-M-105 class X
30 gray iron casting. See Std. Plan H-7.
34. Cantilever Sign Structure - Cantilever Sign Structure
fabricated from steel tubing meeting AASHTO-M-183. See Std.
Plans G-3, G -3a, and Contract Plans for details. The steel
structure shall be galvanized after fabrication in
accordance with AASHTO-M-111.
X
35. Mono -tube Sign Structures - Mono -tube Sign Bridge
fabricated to details shown in the Plans. Shop drawings
for approval are required prior to fabrication.
X
Supplemental To Wage Rates
Page 6
36. Steel Sign Bridges - Steel Sign Bridges fabricated
from steel tubing meeting AASHTO-M-138 for Aluminum Alloys.
See Std. Plans G-2, G2a, G -2b, and Contract Plans for
details. The steel structure shall be galvanized after
fabrication in accordance with AASHTO-M-111.
YES NO
X
37. Steel Sign Post - Fabricated steel sign posts as detailed
in Std. Plan G-8. Shop drawings for approval are to be
provided prior to fabrication.
X
38. Light Standard -Prestressed - Spun, prestressed, hollow, X
concrete poles.
39. Light Standards - Lighting Standards for use
on highway illumination systems, poles to be fabricated
to conform with methods and materials as specified on Std.
Plan J-1, J-1 a, and J-1 b. See Special Provisions for
pre -approved drawings.
X
40. Traffic Signal Standards - Traffic Signal Standards for
use on highway and/or street signal systems. Standards
to be fabricated to conform with methods and material as
specified on Std. Plans J-1, J -7a, J -7c, and J-8.
See Special Provisions for pre -approved drawings.
X
41 Traffic Curb, Type A or C Precast - Type A or C
Precast traffic curb, for use in construction
of raised channelization, and other traffic delineation
uses such as parking Tots, rest areas, etc. NOTE:
Acceptance based on inspection of Fabrication Plant
and an advance sample of curb section to be submitted
for approval by Engineer.
X
$$1$$
$$2$$
Supplemental To Wage Rates
Page 7
42. Traffic Signs - Prior to approval of a Fabricator
of Traffic Signs, the sources of the following
signing materials must be submitted and approved
for reflective sheeting, legend material, and
aluminum sheeting. NOTE: *** Fabrication
inspection required. Only signs tagged "Fabrication
Approved" by WSDOT Sign
Fabrication Inspector to be installed.
YES NO
X X
custom std.
msg msg
43. Cutting & bending reinforcing steel X
44. Guardrail components
X X
custom standard
end
sect. sect.
45. Aggregates/Concrete mixes
Covered by
WAC 296-127-018
46. Asphalt Covered by
WAC 296-127-018
47. Fiber fabrics X
48. Electrical wiring/components X
49. treated or untreated timber piles X
50. Girder pads (elastomeric bearing) X
Supplemental To Wage Rates
Page 8
YES NO
51. Standard Dimension lumber X
52. Irrigation components X
53. Fencing materials X
54. Guide Posts X
55. Traffic Buttons X
56. Epoxy X
57. Cribbing X
58. Water distribution materials X
59. Steel "H" piles X
60. Steel pipe for concrete pile casings X
61. Steel pile tips, standard X
62. Steel pile tips, custom X
$$1$$
MU
Supplemental To Wage Rates
Page 9
WASHINGTON STATE PREVAILING WAGE RATES - EFFECTIVE 03/03/05
METAL FABRICATION (IN SHOP)
Classification
Over
PREVAILING Time Holiday Note
WAGE Code Code Code
Counties Covered:
Adams, Asotin, Columbia, Douglas, Ferry, Franklin, Garfield
Kittitas, Lincoln, Okanogan, Pend Oreille, Stevens, Walla Walla and Whitman
Fitter 12.76 1
Welder 12.76 1
Machine Operator 12.66 1
Painter 10.20 1
Laborer 8.13 1
Counties Covered:
Benton
Welder 16.70 1
Machine Operator 10.53 1
Painter 9.76 1
Counties Covered:
Chelan
Fitter 15.04 1
Welder 12.24 1
Machine Operator 9.71 1
Painter 9.93 1
Laborer 8.77 1
Counties Covered:
Clallam, Grays Harbor, Island, Jefferson,
Lewis, Mason, Pacific, San Juan and Skagit
Fitter - 15.16 1
Welder 15.16 1
Machine Operator 10.66 1
Painter 11.41 1
Laborer 11.13 1
$$1$$
$$2$$
Supplemental To Wage Rates
Page 10
Classification
METAL FABRICATION (IN SHOP) 03/03/05
Counties Covered:
Clark
Over
PREVAILING Time Holiday Note
WAGE Code Code Code
Layerout 26.12 1J 6B
Fitter 25.76 1J 6B
Welder 25.22 1J 6B
Painter 22.64 1J 6B
Machine Operator 20.04 1J 6B
Laborer 19.50 1J 6B
Counties Covered:
Snohomish
Fitter 15.38 1
Welder 15.38 1
Machine Operator 8.84 1
Painter 9.98 1
Laborer 9.79 1
Counties Covered:
Spokane
Fitter 12.59 1
Welder 10.80 1
Machine Operator 13.26 1
Painter 10.27 1
Laborer 7 98 1
Counties Covered:
Thurston
Layerout 25.07 1R 6T
Fitter 23.02 1R 6T
Welder 20.99 1R 6T
Machine Operator 18.74 1R 6T
Laborer 14.88 1R 6T
Counties Covered:
Whatcom
Fitter/Welder 13.81 1
Machine Operator 13.81 1
Laborer 9.00 1
$$1$$
UM
Supplemental To Wage Rates
Page 11
Classification
Fitter
Welder
Machine Operator
Painter
Laborer
METAL FABRICATION (IN SHOP) 03/03/05
Counties Covered:
Yakima
Counties Covered'
Cowlitz
Over
PREVAILING Time Holiday Note
WAGE Code Code Code
12.00 1
11.32 1
11.32 1
12.00 1
10.31 1
Fitter 23.72 1B 6V
Welder 23.72 1B 6V
Machine Operator 23.72 1B 6V
Laborer 15.87 1B 6V
Fitter
Welder
Painter
Counties Covered:
Grant
Counties Covered:
King
10.79 1
10.79 1
7.45 1
Fitter 15.86 1
Welder 15.48 1
Machine Operator 13.04 1
Painter 11.10 1
Laborer 9.78 1
Fitter
Welder
Machine Operator
Laborer
UM
$$2$$
Counties Covered:
Kitsap
Supplemental To Wage Rates
Page 12
26.96 1
13.83 1
13.83 1
7.35 1
1
Classification
Fitter/Welder
Machine Operator
Painter
Laborer
Fitter
Welder
Machine Operator
Laborer
$$1$$
$$2$$
METAL FABRICATION (IN SHOP) 03/03/05
Over
PREVAILING Time Holiday Note
WAGE Code Code Code
Counties Covered:
Klickitat, Skamania and Wahkiakum
Counties Covered:
Pierce
Supplemental To Wage Rates
Page 13
16.99 1
17.21 1
17.03 1
10.44 1
15.25 1
13.98 1
13.98 1
9.25 1
WASHINGTON STATE PREVAILING WAGE RATES - EFFECTIVE 03/03/05
FABRICATED PRECAST CONCRETE PRODUCTS
Classification
AH Classifications
All Classifications
All Classifications
All Classifications
All Classifications
All Classifications
$$1$$
$$2$$
Over
PREVAILING Time Holiday Note
WAGE Code Code Code
Counties Covered:
Adams, Asotin, Benton, Columbia, Douglas, Ferry,
Garfield, Grant, Lincoln, Okanogan,
Pend Oreille, Stevens, Walla Walla, and Whitman
Counties Covered:
Franklin
Counties Covered:
King
Counties Covered:
Pierce
Counties Covered:
Chelan, Kittitas, Klickitat and Skamania
9.96 1
11.50 1
11.90 2K 6S
9.28 1
8.61 1
Counties Covered:
Clallam, Clark, Cowlitz, Grays Harbor, Island, Jefferson, Kitsap,
Lewis, Mason, Pacific, San Juan, Skagit, Snohomish, Thurston,
Wahkiakum
Supplemental To Wage Rates
Page 14
13.50 1
WASHINGTON STATE PREVAILING WAGE RATES - EFFECTIVE 03/03/05
FABRICATED PRECAST CONCRETE PRODUCTS
Classification
All Classifications
Counties Covered:
Spokane
Counties Covered:
Yakima
Over
PREVAILING Time Holiday Note
WAGE Code Code Code
20.23 1
Craftsman 8.65 1
Laborer 7.35 1
All Classifications
Counties Covered:
Whatcom
Supplemental To Wage Rates
Page 15
13.67 1
Washington State Department of Labor and Industries
Policy Statements
(Regarding Production and Delivery of Gravel, Concrete, Asphalt, etc.)
The following two letters from the State Department of Labor and Industries (State
L&I) dated August 18, 1992 and June 18, 1999, clarify the intent and establish policy
for administrating the provisions of WAC 296-127-018 COVERAGE AND
EXEMPTIONS OF WORKERS INVOLVED IN THE PRODUCTION AND DELIVERY
OF GRAVEL, CONCRETE, ASPHALT, OR SIMILAR MATERIALS.
Any firm with questions regarding the policy, these letters, or for determinations of
covered and non -covered workers shall be directed to State L&I at (360) 902-5330.
Effective September 1, 1993, minimum prevailing wages for all work covered by
WAC 296-127-018 for the production and/or delivery of materials to a public works
contract will be found under the regular classification of work for Teamsters, Power
Equipment Operators, etc.
Supplemental To Wage Rates
Page 16
ESAC DIVISION - TELEPHONE (206) 586-6887
PO BOX 44540, OLYMPIA, WASHINGTON 98504-4540
August 18, 1992
TO: All Interested Parties
FROM: Jim P. Christensen
Acting Industrial Statistician
SUBJECT: Materials Suppliers - WAC 296-127-018
This memo is intended to provide greater clarity regarding the application of WAC
296-127-018 to awarding agencies, contractors, subcontractors, material suppliers
and other interested parties. The information contained herein should not be
construed to cover all possible scenarios which might require the payment of
prevailing wage. The absence of a particular activity under the heading
"PREVAILING WAGES ARE REQUIRED FOR" does not mean that the activity is not
covered.
Separate Material Supplier Equipment Operator rates have been eliminated. For
those cases where a production facility is set up for the specific purpose of supplying
materials to a public works construction site, prevailing wage rates for operators of
equipment such as crushers and batch plants can be found under Power Equipment
Operators.
PREVAILING WAGES ARE REQUIRED FOR:
1. Hauling materials away from a public works project site, including excavated
materials, demolished materials, etc.
2. Delivery of materials to a public works project site using a method that involves
incorporation of the delivered materials into the project site, such as spreading,
leveling, rolling, etc.
3. The production of .materials at a facility that is established for the specific, but
not necessarily exclusive, purpose of supplying materials for a public works
project.
4. Delivery of the materials mentioned in #3 above, regardless of the method of
delivery.
PREVAILING WAGES ARE NOT REQUIRED FOR:
1. The production of materials by employees of an established materials supplier,
in a permanent facility, as well as the delivery of these materials, as long as
delivery does not include incorporation of the materials into the job site.
2. Delivery of materials by a common or contract carrier, as long as delivery does
not include incorporation of the materials into the job site.
3. Production of materials for unspecified future use.
Supplemental To Wage Rates
Page 17
STATE OF WASHINGTON
DEPARTMENT OF LABOR AND INDUSTRIES
June 18, 1999
TO: Kerry S. Radcliff, Editor
Washington State Register
FROM: Gary Moore, Director
Department of Labor and Industries
SUBJECT: Notice re WAC 296-127-018, Coverage and exemptions of workers
involved in the production and delivery of gravel, concrete, asphalt,
or similar materials
The department wishes to publish the following Notice in the next edition of the
Washington State Register:
NOTICE
Under the current material supplier regulations, WAC 296-127-018, the
department takes the position that prevailing wages do not apply to the
delivery of wet concrete to public works sites, unless the drivers do
something more than just deliver the concrete. Drivers delivering
concrete into a crane and bucket, hopper of a pump truck, or forms or
footings, are not entitled to prevailing wages unless they operate
machinery or use tools that screed, float, or put a finish on the concrete.
This position applies only to the delivery of wet concrete. It does not
extend to the delivery of asphalt, sand, gravel, crushed rock, or other
similar materials covered under WAC 296-127-018. The department's
position applies only to this regulation.
If you need additional information regarding this matter, please contact
Greg Mowat, Program Manager, Employment Standards, at
P.O. Box 44510, Olympia, WA 98504-4510, or call (360) 902-5310.
Please publish the above Notice in WSR 99-13. If you have questions or need
additional information, please call Selwyn Walters at 902-4206. Thank you.
Cc: Selwyn Walters, Rules Coordinator
Patrick Woods, Assistant Director
Greg Mowat, Program Manager
Supplemental to Wage Rates
18
BENEFIT CODE KEY - EFFECTIVE 03-03-05
************************************************************************************************************************
OVERTIME CODES
OVERTIME CALCULATIONS ARE BASED ON THE HOURLY RATE ACTUALLY PAID TO THE WORKER. ON PUBLIC
WORKS PROJECTS, THE HOURLY RATE MUST BE NOT LESS THAN THE PREVAILING RATE OF WAGE MINUS THE
HOURLY RATE OF THE COST OF FRINGE BENEFITS ACTUALLY PROVIDED FOR THE WORKER.
1 ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE
AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
A. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE-HALF
TIMES THE HOURLY RATE OF WAGE.
B. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF
WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF
WAGE.
C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
D. THE FIRST EIGHT (8) HOURS ON SATURDAYS OF A FIVE - EIGHT HOUR WORK WEEK AND THE FIRST EIGHT (8)
HOURS WORKED ON A FIFTH CALENDAR DAY, EXCLUDING SUNDAY, IN A FOUR - TEN HOUR SCHEDULE, SHALL BE
PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT (8)
HOURS PER DAY ON SATURDAY, ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS IN A FIFTH CALENDAR
WEEKDAY OF A FOUR - TEN HOUR SCHEDULE, ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY
MONDAY THROUGH FRIDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE
THE HOURLY RATE OF WAGE.
E. ALL HOURS WORKED IN EXCESS OF 10 PER DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. THE
FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF
WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON SATURDAY, AND ALL HOURS WORKED ON
SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
F THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF
WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON SATURDAY, AND ALL HOURS WORKED ON
SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL
HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE.
G THE FIRST TEN (10) HOURS WORKED ON SATURDAYS AND THE FIRST TEN (10) HOURS WORKED ON A FIFTH
CALENDAR WEEKDAY IN A FOUR - TEN HOUR SCHEDULE, SHALL BE PAID AT ONE AND ONE-HALF TIMES THE
HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH
SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY
RATE OF WAGE.
H. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER
CONDITIONS OR EQUIPMENT BREAKDOWN) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF
WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF
WAGE.
ALL HOURS WORKED ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF THE HOURLY RATE OF WAGE.
WORK PERFORMED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. WORK PERFORMED
ON A HOLIDAY SHALL BE PAID ONE AND ONE-HALF TIMES THEIR HOURLY RATE FOR ACTUAL HOURS WORKED
PLUS EIGHT (8) HOURS OF STRAIGHT TIME FOR THE HOLIDAY
J. THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF
WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON SATURDAY, AND ALL HOURS WORKED ON
SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
K. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY
RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
L. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS (EXCEPT THANKSGIVING DAY AND CHRISTMAS
DAY) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON
THANKSGIVING DAY AND CHRISTMAS DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
M. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER
CONDITIONS) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED
ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
N. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) SHALL BE PAID AT ONE AND ONE-HALF TIMES
THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE
THE HOURLY RATE OF WAGE.
BENEFIT CODE KEY - EFFECTIVE 03-03-05
-2-
1 P ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) AND SUNDAYS SHALL BE PAID AT ONE AND ONE-
HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE
HOURLY RATE OF WAGE.
Q ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF
WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT CHRISTMAS DAY) SHALL BE PAID AT
DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO AND
ONE-HALF TIMES THE HOURLY RATE OF WAGE.
R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE.
T ALL HOURS WORKED ON SATURDAYS, EXCEPT MAKE-UP DAYS, SHALL BE PAID AT ONE AND ONE-HALF TIMES
THE HOURLY RATE OF WAGE. ALL HOURS WORKED AFTER 6:OOPM SATURDAY TO 6:OOAM MONDAY AND ON
HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
U ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF
WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT TWO TIMES
THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE
HOURLY RATE OF WAGE.
W ALL HOURS WORKED ON SATURDAYS AND SUNDAYS (EXCEPT MAKE-UP DAYS) SHALL BE PAID AT ONE AND ONE-
HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES
THE HOURLY RATE OF WAGE.
2. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE
AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
A. THE FIRST SIX (6) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF
WAGE. ALL HOURS WORKED IN EXCESS OF SIX (6) HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS
AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE.
B. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE.
D. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY
RATE OF WAGE. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT STRAIGHT TIME IN
ADDITION TO THE HOLIDAY PAY ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE
PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
E. ALL HOURS WORKED ON SATURDAYS OR HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE-
HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS OR ON LABOR DAY SHALL BE
PAID AT TWO TIMES THE HOURLY RATE OF WAGE.
F THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE STRAIGHT HOURLY RATE OF WAGE
IN ADDITION TO THE HOLIDAY PAY ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL
BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
G. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS
WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE
INCLUDING HOLIDAY PAY
H. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS
WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
I. ALL HOURS WORKED ON SATURDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE-
HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND ON LABOR DAY SHALL BE
PAID AT TWO TIMES THE HOURLY RATE OF WAGE.
J ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS
WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE,
INCLUDING THE HOLIDAY PAY ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TIMES THE
HOURLY RATE OF WAGE.
K. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE IN ADDITION TO
THE HOLIDAY PAY
M. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE
OF WAGE.
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
BENEFIT CODE KEY - EFFECTIVE 03-03-05
-3-
2. 0 ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY
RATE OF WAGE.
4 A. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID
AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS
SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
HOLIDAY CODES
5 A. HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY
AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7).
B. HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY
AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (8).
C. HOLIDAYS. NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8).
D HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE
FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8).
E. HOLIDAYS. NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS
DAY (9).
G HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE
LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7).
H. HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTER
THANKSGIVING DAY, AND CHRISTMAS (6).
I. HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND
CHRISTMAS DAY (6).
N HOLIDAYS. NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS'
DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (9).
O. PAID HOLIDAYS. NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, AND CHRISTMAS DAY (6).
P HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY
AND SATURDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (9).
Q PAID HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,
AND CHRISTMAS DAY (6).
R. PAID HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,
DAY AFTER THANKSGIVING DAY, ONE-HALF DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY. (7 1/2).
S. PAID HOLIDAYS. NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, AND CHRISTMAS DAY (7).
T PAID HOLIDAYS. SEVEN (7) PAID HOLIDAYS.
✓ PAID HOLIDAYS. SIX (6) PAID HOLIDAYS.
W PAID HOLIDAYS. NINE (9) PAID HOLIDAYS.
X. HOLIDAYS. AFTER 520 HOURS - NEW YEAR'S DAY, THANKSGIVING DAY AND CHRISTMAS DAY AFTER 2080
HOURS - NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, CHRISTMAS DAY AND A FLOATING HOLIDAY (8).
Y HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, PRESIDENTIAL ELECTION
DAY, THANKSGIVING DAY, THE FRIDAY FOLLOWING THANKSGIVING DAY, AND CHRISTMAS DAY (8).
Z. HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY,
THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8).
BENEFIT CODE KEY - EFFECTIVE 03-03-05
-4-
6. A. PAID HOLIDAYS. NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8).
B. PAID HOLIDAYS. NEW YEAR'S EVE DAY, NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE'S DAY, AND CHRISTMAS DAY (9).
C. HOLIDAYS. NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND
CHRISTMAS DAY (9).
D PAID HOLIDAYS. NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY BEFORE OR THE DAY
AFTER CHRISTMAS DAY (9).
H. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR
DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8).
I. PAID HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING
DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7).
L. HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,
THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND
CHRISTMAS DAY (8)
Q PAID HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING
DAY, THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY UNPAID HOLIDAY, PRESIDENTS' DAY
S PAID HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING
DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, AND CHRISTMAS DAY (8).
T. PAID HOLIDAYS. NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR
DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE
CHRISTMAS DAY, AND CHRISTMAS DAY (9).
U. HOLIDAYS. NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY,
LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE
CHRISTMAS DAY, CHRISTMAS DAY (9).
✓ PAID HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING
DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY,
AND ONE DAY OF THE EMPLOYEE'S CHOICE (10).
W PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY,
INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS
DAY, DAY BEFORE CHRISTMAS DAY (10).
X. PAID HOLIDAYS. NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY,
MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING
DAY, CHRISTMAS DAY, DAY BEFORE OR AFTER CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY (11).
NOTE CODES
8. A. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY IN ADDITION TO
THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET
OR MORE.
OVER 50' TO 100' - $1.00 PER FOOT FOR EACH FOOT OVER 50 FEET
OVER 100' TO 175' - $2.25 PER FOOT FOR EACH FOOT OVER 100 FEET
OVER 175' TO 250' - $5.50 PER FOOT FOR EACH FOOT OVER 175 FEET
OVER 250' - DIVERS MAY NAME THEIR OWN PRICE, PROVIDED IT IS NO LESS THAN THE SCALE LISTED
FOR 250 FEET
C. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY. IN ADDITION TO
THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET
OR MORE.
OVER 50' TO 100' - $1.00 PER FOOT FOR EACH FOOT OVER 50 FEET
OVER 100' TO 150' - $1.50 PER FOOT FOR EACH FOOT OVER 100 FEET
OVER 150' TO 200' - $2.00 PER FOOT FOR EACH FOOT OVER 150 FEET
OVER 200' - DIVERS MAY NAME THEIR OWN PRICE
BENEFIT CODE KEY - EFFECTIVE 03-03-05
-5-
8. D WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT PROJECTS RECEIVE AN ADDITIONAL $1 00 PER HOUR.
L. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A. $0.75,
LEVEL B. $0.50, AND LEVEL C. $0.25
M. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS. LEVELS A & B $1.00,
LEVELS C & D• $0.50.
N WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A. $1.00,
LEVEL B: $0.75, LEVEL C: $0.50, AND LEVEL D• $0.25
PROPOSAL
Proposal Form
Item Proposal Bid Sheet
Bid Bond Form
Non -Collusion Declaration
Non -Discrimination Provision
Subcontractor List
Women and Minority Business Enterprise Policy
Council Resolution
g6''
Affirmative Action Plan
Bidders Certification
Subcontractors Certification
Proposal Signature Sheet
Bidders Check List
PROPOSAL
To the City Clerk
Yakima, Washington
This certifies that the undersigned has examined the location of:
City of Yakima
Washington Avenue
Widening / Reconstruction
72nd Ave. to 52nd Ave.
City Project Nos. 1957 & 1958
Federal Aid Number:
STPUS-4558 (006), TIB# 8-4-039(019)-1, TIB# 9-E-039(007)-1
and that the plans, specifications and contract governing the work embraced in this improvement,
and the method by which payment will be made for said work, is understood. The undersigned
hereby proposes to undertake and complete the work embraced in this improvement, or as much
thereof as can be completed with the money available in accordance with the said plans,
specifications and contract, and the following schedule of rates and prices.
NOTE: Unit prices for all items, all extensions, and total amount of bid, shall be shown, and be
written in ink or typed. Show unit prices in figures only. Figures written to the right of the dot
(decimal) in the dollars column shall be considered as cents.
185
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
•
ITEM PROPOSAL BID SHEET
City of Yakima
Washington Avenue Widening / Reconstruction
72"d Avenue to 52"d Avenue
City Project Nos. 1957& 1958
Federal Aid Nos: TIB# 8-4-039(019)-1, TIB# 9-E-039(007)-1
SCHEDULE "A" (ADDENDUM #2
ITEM
NO.
PROPOSAL ITEM
PAYMENT SECTION
QTY
UNIT
UNIT PRICE
DOLLARS
AMOUNT
DOLLARS
1
SPCC PLAN
1-07.15
1
LS
LIC Ma)
`,
\ co. co
2
MOBILIZATION
1-09.7
1
LS
C�
1 -1� 3ci•1�
� --0(0. (cls
3
TRAFFIC CONTROL SUPERVISIOR
1-10.5
1
LS
QQ��
.°8Oco
p
OS) 98c co
4
FLAGGERS AND SPOTTERS (Min. bid $30.00 per hour)
1-10.5
2,000
HR
35,a3
7011-1O0 .00
5
OTHER TRAFFIC CONTROL LABOR (Min. bid $30.00 per hour)
1-10.5
500
HR
36
tg/ ka5 • 00
6
OTHER TEMPORARY TRAFFIC CONTROL DEVICES
1-10.5
1
LS
1'7 305•ac
11i 3a5 • op
7
CONSTRUCTION SIGNS CLASS 'A'
1-10.5
600
SF
8.95
5; 570.00
8
ROADSIDE CLEANUP
2-01.5
1
FA
$5,000
5,000. 00
9
CLEARING AND GRUBBING
2-01.5
1
LS
c31 341. ns
1
a.3, 34 ‘. L5
10
SAW
02 SCUT, PER INCH DEPTH
2,400
LF
,
D
11y4U U
11
ROADWAY EXCAVATION INCL. HAUL
2-03.5
23,500
CY
9.$0
030, • 00
12
CRUSHED SURFACING BASE COURSE
4-04.5
30,000
TON
i 0, yd
0o
9 ,U0 o
13
ASPHALT TREATED BASE
4-06.5
10,500
TON
a l 55
^��
.30175. co
14
HMA CL. A PG 64-28
5-04.5
5,300
TON
:43.16
19 I: 330.00
15
PLANING BITOUMINOUS PAVEMENT
5-04.5
1,200
SY
.(00
n
1)°lar, • OO
16
CORRUGATED POLYETHYLENE STORM SEWER PIPE, 12 IN. DIAM.
7-045
4,080
LF
nn
il1.95
el 396,00
17
CATCH BASIN TYPE 1
7-05.5
46
EA
1061.15
all- a. 5 o,
18
CATCH BASIN TYPE 2, 72 IN. DIAM.
7-05.5
14
EA
a l) 3.7 S
yri "79a. s0
19
REV7-0ERSIBLE FRAME AND HERRINGBONE GRATE FOR TYPE 1
46
EA
-as
20
D O I5 AGE RETENTION BASIN W/36 IN. DIAM PERF. PIPE
2,010
LF7-
it-1, SJ
/663•
1 `lq, sy6.
21
ADJUST MANHOLE
7-05.5
4
EA
0 )..00
1 )O60• 00
22
RELOCATE EXISTING ORCHARD DRAIN AND CONNECT TO DID PIPE
7-05.5
3
EA
(3&-.56
0iNI• SO
23
5 REMOVE PORTION OF AND REBUILD STANDPIPE AND COVER
1
EA7-05
` )S �7 •e
1
I i 837. so
24
CRUSHED SURFACING TOP COURSE (For Trench Backfill)
7-08.5
1,130
TON
1 1_85
\ 3,39b . 50
1627
9 of 12
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
DUM #2
ITEM
NO.
-%---- ,
PROPOSAL ITEM
PAYMENT SECTION
QTY
UNIT
UNIT PRICE
DOLLARS
AMOUNT
DOLLARS
25
STRUCTURE EXCAVATION CLASS 'B' INCL. HAUL
10
CY
Q y0
C�
8y CSO7-08.5
26
SHORING OR EXTRA EXCAVATION CL. B
7-08.5
4,080
LF
.55
ap44.00
27
ADJUST VALVE BOX
7-09.5
15
EA
\i55.00
e) I0.95.6U
28
ESC LEAD
8-01.5
24
DAY
620 ,C.)0
1)y*-{n.o0
29
CEMENT CONC. TRAFFIC CURB AND GUTTER
8-04.5
13,200
LF
6,1I.5
8 51 1 SIU oO
30
COMMERCIAL DRIVEWAY APPROACH
8-06.5
1
EA
3��
31�,�
31
REMOVING AND RESETTING FENCE
8-12.5
140
LF
I/3.O0
I L no.00
32
MONUMENT CASE AND COVER
8-13.5
5
EA
( UO
3(350.«c
33
8-14.5 CEMENT CONC. SIDEWALK, 4 -IN DEPTH
8,100
SY
V1.15
`3S,Q 15. co
34
CEMENT CONC. SIDEWALK, 6 -IN DEPTH
8-14.5
750
SY5
Ig �� co
!
35
CEMENT CONC. SIDEWALK RAMP, TYPE 2A
8-14.5
8
EA
SQa'
7/ 140.00
36
CEMENT CONC. SIDEWALK RAMP, TYPE 4A
8-14.5
4
EA
cLor'I�oZrJ
3 �� d0
+
37
SIGNPOST SOCKETS
8-14.5
74
EA
i°b`�
y (-MO. CC
/
38
MAILBOX SUPPORT, TYPE 1
8-18.5
16
EA
C9CO, OC)
3)p9Cp.CO
39
MAILBOX SUPPORT, TYPE 2
8-18.5
2
EA
0/5O .00
500 • CO
40
ILLUMINATION SYSTEM
8-20.5
1
LS
a
` 1 g9, (Xxj.00
e9, • co
41
REPAIR OR REPLACEMENT
8-30.5
1
FA
$40,000
Lib,0°0.00
42
TRAINING
1-07.11
400
HR
3-60
1 k*y0.00
TOTAL SCHEDULE "A":407
�gi/ 813, b1
189 10 of 12
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
ITEM PROPOSAL BID SHEET
City of Yakima
Washington Avenue Widening / Reconstruction
72nd Avenue to 52"d Avenue
City Project Nos. 1957& 1958
Federal Aid Nos: TIB# 8-4-039(019)-1, TIB# 9-E-039(007)-1
ITEM
NO.
1
2
3
4
7
8
10
11
12
13
14
15
16
SPCC PLAN
1-07.15
MOBILIZATION
1-09.7
SCHEDULE "B"
PROPOSAL ITEM
PAYMENT SECTION
MOUNT
LLARS
TRAFFIC CONTROL SUPERVISIOR
1-10.5
FLAGGERS AND SPOTTERS
1-10.5
OTHER TRAFFIC CONTROL LABOR (Min. bid $3
1-10.5
OTHER TEMPORARY TRAFFIC CONTROL
1-10.5
CONSTRUCTION SIGNS CLASS 'A'
1-10.5
SAW CUT, PER INCH DEPTH
2-02.5
REMOVE EXISTING MED A
2-02.5
CRUSHED SURFA
4-04.5
ASPHALT TR'
4-06.5
HMA CL. PG 64-
5-04.
8-1
ILLU
8-20.5
REPAIR
$2,500
TOTAL SCHEDULE "B"
191
11 of 12
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
ITEM PROPOSAL BID SHEET
City of Yakima
Washington Avenue Widening / Reconstruction
72nd Avenue to 52nd Avenue
City Project Nos. 1957& 1958
Federal Aid Nos: TIB# 8-4-039(019)-1, TIB# 9-E-039(007)-1
SCHEDULE "C" (ADDENDUM #2
ITEM
NO.
PROPOSAL ITEM
PAYMENT SECTION
QTY
UNIT
UNIT PRICE
DOLLARS
AMOUNT
DOLLARS
1
SPCC PLAN
1-07.15
1
LS
' -Ico .00
t10p • 00
2
MOBILIZATION
1-09.7
1
LS
er
ey'
3
TRAFFIC CONTROL SUPERVISIOR
1-10.5
1
LS
7150 -OC)
7 SOn.co
4
FLAGGERS AND SPOTTERS (Min. bid $30.00 per hour)
1-10.5
230
HR
3(1-
• . CO
5
OTHER TRAFFIC CONTROL LABOR (Min. bid $30.00 per hour)
1-10.5
60
HR
l
3.56
Q CS70•O0
6
CONSTRUCTION SIGNS CLASS A
1-10.5
60
SF
8 .50
3\O 'CK)
7
SAW CUT, PER INCH DEPTH
2-02.5
450
LF
. 50
(3,D 5 -co
8
MANHOLE 48 IN. DIAM. TYPE 1
7-05.5
18
EA
eD) )00.00
"7,Bco .00
9
MANHOLE ADDITIONAL HEIGHT 48 IN. DIAM. TYPE 1
7-05.5
13
LF
p
98. 00
1ic%(4•CU
10
TRENCH DEWATERING
7-08.5
1
FA
$250,000
$250,000
11
STRUCTURE EXCAVATION CLASS B INCL. HAUL
7-08.5
7,350
CY
).00
71 35p•oo
12
SHORING OR EXTRA EXCAVATION CLASS B
7-08.5
6,300
LF
.50
3 \50 . oo
13
GRAVEL BACKFILL FOR FOUNDATIONS CLASS A
7-08.5
110
CY
fl . so
(icias • CO
14
REMOVAL AND REPLACEMENT OF UNSUITABLE MATERIAL
7.17.5
250
CY
15.75
Qig31 . SO
15
CRUSHED SURFACING TOP COURSE (For Trench Backfill)
7-17.5
550
TON
10 , 50
5/-1-15•00
16
PVC SANITARY SEWER PIPE —4 IN. DIAM.
7-17.5
1,095
LF
.CSO
a5.195 .c
17
PVC SANITARY SEWER PIPE — 8 IN. DIAM.
7-17.5
3,980
LF
cqO -00
79> 6CID • OG
18
PVC SANITARY SEWER PIPE — 15 IN. DIAM.
7-17.5
2,650
LF
^�
Oi L 50
'70 $n5.0'..
19
REPAIR OR REPLACEMENT
8-30.5
1
FA
$10,000
$10,000
SUBTOTAL SCHEDULE "C":
517,511.E
SALES TAX (8.2%):
Lka,yz.qo
TOTAL SCHEDULE "C":
5599 in.Mi
TOTAL ALL SCHEDULES ("A" + "C"):
0, 74 OW- 05
193
12 of 12
BID BOND FORM
Herewith find deposit in the form of a certified check, cashiers check, cash, or bid bond in the amount
of $ which amount is not Tess than five percent of the total bid.
Sign Here
-----------------------------------------------------------------
BID BOND
KNOW ALL MEN BY THESE PRESENTS:
That we, COLUMBIA ASPHALT & GRAVEL, INC. , as principal,
and FIDELITY AND DEPOSIT COMPANY OF MARYLAND , as Surety,
are held and firmly bound unto the City of Yakima, as Obligee, in the penal sum of FIVE PERCENT
OF AMOUNT OF BID Dollars, for the payment of which the Principal and the Surety bind
themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by
these presents.
The condition of this obligation is such that if the Obligee shall make any award to the Principal for
WA AVENUE WIDENING/RECONSTRUCTION according to the terms of the proposal or bid made
by the Principal therefor, and the Principal shall duly make and enter into a contract with the Obligee
in accordance with the terms of said proposal or bid and award and shall give bond for the faithful
performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case
of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the call
for bids, then this obligation shall be null and void; otherwise it shall be and remain in full force and
effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages,
the amount of this bond.
SIGNED, SEALED AND DATED THIS
17TH
COLUMB
DAY OF AUGUS,, 111 2005
ASPHAL
VEL, INC.
1-114
• SO,' �ncipaI
IDE TY AND DE� TpIPANY OF MARYLAND
/CGS -mac c/�
TRACI SULLIVAN Surety ATTORNEY-IN-FACT
-----------------------------------------------------------------
Received return of deposit in the sum of $
,19
Bid Documents 4 05/10/99
Power of Attorney
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a
corporation of the State of Maryland, by WILLIAM J. MILLS, Vice President, and ERIC D. BARNES, Assistant Secretary,
in pursuance of authonty granted by Article V1, Section 2, of the By -Laws of said Company, are set forth on the
reverse side hereof and are hereby certified to be in full force and effect on the date = e . a • des 'iT by nominate, constitute
and appoint Don W. EMERICK, JR., Lissa M. SHIVELY, Traci SU ��• IP - y ' i rr KEE, all of Yakima,
Washington, EACH its true and lawful agent and Attorney- • cu-. +t+ • :'its" , for, and on its behalf
as surety, and as its act and deed. any and all bon 'VA
i + "«v`*:`� gs . • i i `; � �Tsiii�'o such bonds or undertakings in
pursuance of these presents, shall be as bi ; . o , • . It om.. '� ,'� .�f•.� ply, to all mtents and purposes, as if they
had been duly executed and ac r �••.yy �+ ;::.. ere: �f�� =• o �'i ers of the Company at its office in Baltimore, Md., in
their own proper pe •� + . p s f o,.rr--, 4/� • . issued on behalf of Don W. EMERICK, JR., Carol KORN,
Jana PERKINS, Lis #414 - _ � • lien T AN, Tammy R. MCKEE, dated April 10, 2003.
The said Assistant
Section 2, of the By-
eby certify that the extract set forth on the reverse side hereof is a true copy of Article VI,
said Company, and is now m force.
IN WITNESS WHEREOF, the said Vice -President and Assistant Secretary have hereunto subscribed their names and
affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 28th day of February,
A.D. 2005.
ATTEST:
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
Eric D. Barnes
1
By:
Assistant Secretary William J Mills
14(
Vice President
State of Maryland 1 ss:
City of Baltimore f
On this 28th day of February, A.D. 2005, before the subscriber, a Notary Public of the State of Maryland, duly
commissioned and qualified, came WILLIAM J. MILLS, Vice President, and ERIC D. BARNES, Assistant Secretary of the
FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers
described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being
by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid,
and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal
and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of
the said Corporation.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above
written.
POA -F 180-3127
Maria D Adamski Notary Public
My Commission Expires July 8, 2007
EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND
"Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice -President, or any of the Senior
Vice -Presidents or Vice -Presidents specially authorized so to do by the Board of Directors or by the Executive Committee,
shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident
Vice -Presidents, Assistant Vice -Presidents and Attorneys -in -Fact as the business of the Company may require, or to
authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations,
policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in
the nature of mortgages,...and to affix the seal of the Company thereto."
CERTIFICATE
I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify
that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that
the Vice -President who executed the said Power of Attorney was one of the additional Vice -Presidents specially authorized
by the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section 2, of the By -Laws of the
FIDELITY AND DEPOSIT COMPANY OF MARYLAND.
This Power of Attorney and Certificate may be signed by facsimile under and by authonty of the following resolution of the
Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on
the 10th day of May, 1990.
RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically
reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or
hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and
binding upon the Company with the same force and effect as though manually affixed."
1
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company,
this 17TH day of AUGUST 2005 . '
Assistant Secretary
1
1
1
1
1
1
NON -COLLUSION DECLARATION
1, by signing the proposal, hereby declare, under penalty of perjury under the laws of the
United States that the following statements are true and correct:
1. That the undersigned person(s), firm, association or corporation has (have) not,
either directly or indirectly, entered into any agreement, participated in any collusion,
or otherwise taken any action in restraint of free competitive bidding in connection
with the project for which this proposal is submitted.
2. That by signing the signature page of this proposal, I am deemed to have signed and
have agreed to the provisions of this declaration.
NOTICE TO ALL BIDDERS
To report bid rigging activities call:
I -800-424-9071
The U.S. Department of Transportation (USDOT) operates the above toll-free "hotline"
Monday through Friday, 8:00 a.m. to 5:00 p.m., Eastern time. Anyone with knowledge of
possible bid rigging, bidder collusion, or other fraudulent activities should use the "hotline"
to report such activities.
The "hotline" is part of USDOT's continuing effort to identify and investigate highway
construction contract fraud and abuse and is operated under the direction of the USDOT
Inspector General. All information will be treated confidentially and caller anonymity will
be respected.
197
NON-DISCRIMINATION PROVISION
During the performance of this contract, the contractor agrees as follows:
(1) The contractor will not discriminate against any employee or applicant for employment
because of race, color, religion, sex, or national origin. The contractor will take affirmative action
to ensure that applicants are employed, and that employees are treated during employment,
without regard to their race, color, religion, sex or national origin. Such action shall include, but
not be limited to the following: employment, upgrading, demotion, or transfer; recruitment or
recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and
selection for training, including apprenticeship. The contractor agrees to post in conspicuous
places, available to employees and applicants for employment, notices to be provided by the
contracting officer setting forth the provisions of this nondiscrimination clause.
*(2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf
of the contractor, state that all qualified applicants will receive consideration for employment
without regard to race, color, religion, sex or national origin.
*(3) The contractor will send to each labor union or representative of workers with which he has a
collective bargaining agreement or other contract or understanding, a notice, to be provided by
the agency contracting officer, advising the labor union or workers' representative of the
contractor's commitments under Section 202 of Executive Order No. 11246 of September 24,
1965, and shall post copies of the notice in conspicuous places available to employees and
applicants for employment.
"(4) The contractor will comply with all provisions of Executive Order No. 11246 of September 24,
1965, and of the rules, regulations, and relevant orders of the Secretary of Labor.
*(5) The contractor will furnish all information and reports required by Executive Order No. 11246
of September 24, 1965, and by the rules regulations, and orders of the Secretary of Labor, or
pursuant thereto, and will permit access to his books, records, and accounts by the contracting
agency and the Secretary of Labor for purposes of investigation to ascertain compliance with
such rules, regulations, and orders.
"(6) In the event of the contractor's noncompliance with the nondiscrimination clauses of this
contract or with any such rules, regulations, or orders, this contract may be canceled, terminated,
or suspended in whole or in part and the contractor may be declared ineligible for further
Government contracts in accordance with procedures authorized in Executive Order No. 11246 of
September 24, 1965, and such other sanctions may be imposed and remedies involved as
provided in Executive Order No. 11246 of September 24, 1965, or by rule, regulation, or order of
the Secretary of Labor, or as otherwise provided by law.
"(7) The contractor will include the provisions of Paragraphs (1) through (7) in every subcontract
or purchase order unless exempted by rules, regulations, or orders 01 the Secretary of Labor
issued pursuant to Section 204 of Executive Order No. 11246 of September 24, 1965, so that
such provisions will be binding upon each subcontractor or vendor. The contractor will take such
action with respect to any subcontract or purchase order as the contracting agency may direct as
a means of enforcing such provisions including sanctions for noncompliance:
Provided however, that in the event the contractor becomes involved in, or is threatened with,
litigation with a subcontractor or vendor as a result of such direction by the contracting agency,
the contractor may request the United States to enter into such litigation to protect the interests of
the United States."
199
SUBCONTRACTOR LIST
Prepared in compliance with RCW 39.30.060 as amended
(To be submitted with the Bid Proposal)
Failure to list subcontractors who are proposed to perform the work of heating, ventilation and air
conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical as described in Chapter 19.28
RCW will result in your bid being non-responsive and therefore void.
Subcontractor(s) that are proposed to perform the work of heating, ventilation and air conditioning, plumbing,
as described in Chapter18.106 RCW, and electrical as described in Chapter 19.28 RCW must be listed
below. The work to be performed is to be listed below the subcontractor(s) name.
If no subcontractor is listed below, the bidder acknowledges that it does not intend to use any
subcontractor to perform those items of work.
Subcontractor Name
Item Numbers
Z, Mo
Subcontractor Name
Item Numbers A- 21
L- 7
CaAlckk,O\
ItP 1`71 1 1
,q1 jp, 1,
9,afl ?2,-22D12' 25 24,
12 i�31j'4 I +Ite117, 1 SI
Subcontractor Name Rax3Q ►`nPa1Sv.YS-AC ,G- e-DtrAM L
Item Numbers
�- 21 y \.si to
---1,-)),,L\1 .11-,-)
Subcontractor Name \ 0NJ 0...3zr5 ryurk t�--
Item Numbers
\1`?,nt.))?)?4, 5;��
Subcontractor Name
Item Numbers
Bid Items to be performed by the Prime Contractor:
( )
Prime Contractor Name �\(Nk �\k 4 ttSkfo,Aye.l
Item Numbers {1\- 1 .'fit 2-1,r2'1,g ��, ,?)c1,3 ?�`�\L
201
Columbia
Asphalt
September 29, 2005
Robert Degrosellier
City of Yakima
129 North Second Street
Yakima, WA 98901
RE: Washington Avenue Widening — Phase 2
Dear Mr. Degrosellier,
As per the project specifications, the following is a list of successful and unsuccessful
bidders on this project:
Successful bidders:
AAA Sweeping
P.O. Box 624
Veradale, WA 99037
(509) 922-1363
Ken Leingang Excavating
Inc.
1117 N. 27th Avenue
Yakima, WA 98902
(509) 575-5507
Unsuccessful Bidders:
Atomic Electric, Inc
3903 Southlake Drive
West Richland, WA 99353
(509) 628-2745
Gilbert Patterson Concrete
P.O. Box 262
Wapato, WA 98951
(509) 877-6677
MRM Construction, Inc.
503 South Water St.
McCandlish Electric, Inc.
3014 GS Center Rd,
Suite D
Wenatchee, WA 98801
(509) 662-3508
Pavement Surface Control
P.O. Box 7204
Kennewick, WA 99336
(509) 586-1969
Ellensburg, WA 98926
(509) 925-6000
Muffett & Sons
Construction LLC
2516 Main Street
Union Gap, WA 98903
(509) 249-6241
Finishing Edge Concrete
Construction
16404 Smokey Point Blvd.
Withrow Construction, Inc.
811 Game Ridge Road
Selah, WA 98942
(509) 697-4285
Don Wilton Surveying
P.O. Box 2275
Yakima, WA 98907
(509) 454-8195
Suite 202
Arlington, WA 98223
(360) 653-8996
Vanguard A.D.A. Systems
of Washington
263 Roy Rd SW
Pacific, WA 98047
(253) 863-1538
If you have any questions, please contact me at your earliest convenience.
Sincerely,
Melodee Bolfing
Contract Administrator
4,t -61A
PO Box 9337, Yakima, WA 98909 * ph (509) 453-2063 fax (509) 877-6963
WOMEN AND MINORITY BUSINESS ENTERPRISE POLICY
It is the policy of the City of Yakima that women and minority business enterprises shall have the
maximum opportunity to participate in the performance of work relating to the City's activities. To
this end, the City is committed to take all necessary and reasonable steps in accordance with
state and federal rules and regulations to ensure women and minority business enterprises the
maximum opportunity to compete for and to perform contracts.
In order to enhance opportunities for women and minority businesses to participate in certain
contractor opportunities with the City of Yakima, and as a recipient of federal and state financial
assistance, the City is committed to a women and minority business enterprise utilization
program. The City is determined to maximize women and minority business opportunities through
participation in the competitive bidding process through women and minority business enterprise
affirmative action programs administratively established by the City Manager and monitored and
implemented in accordance with state and federal rules and regulations. All women and minority
business enterprise programs shall include specific goals for participation of women and minority
businesses in City projects of at least ten percent (10%) of the total dollar value of City contract
over $10,000. Goals shall be reviewed and updated annually by the City Manager for applicability
and to ensure that the intent of this policy is accomplished.
This statement of policy will be widely disseminated to all managers, supervisors, minorities and
women employed by the City of Yakima as well as to contractors, vendors, suppliers, minorities
and women who may seek the City's procurement and construction contracts related to the
women and minority business enterprise programs. Contractors associations will be made aware
of construction projects affected by this policy through all available avenues to assure that
plans/specifications, bid forms, and invitations to bid are as widely distributed as possible.
203
RESOLUTION NO. 1- 4 8 1 6
A RESOLUTION adopting a "Women And Minority Business Enterprise
Policy" for the City of Yakima.
WHEREAS, the City of Yakima is the recipient of federal
and state assistance which assistance carries with it the obli-
gation of contracting with Women And Minority Business Enter-
prises for the performance of public works, and
WHEREAS, it is the intention of the City of Yakima that
Women And Minority Business Enterprises shall have the maximum
practicable opportunity to participate in the performance of
such public works, and
WHEREAS, the City of Yakima is determined to maximize
Women And Minority Business Enterprise opportunities for parti-
cipation in its competitive bidding process through the adoption
of the "Women And Minority Business Enterprise Policy" statement
attached hereto, now, therefore,
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA:
The City Council hereby adopts the "Women And Minority
Business Enterprise Policy", a copy of which is attached hereto
and by reference made a part hereof.
ADOPTED BY THE CITY COUNCIL this . $ Gf( day of
1983.
ATTEST:
641 'f.)
Mayor
City Clerk
205
AFFIRMATIVE ACTION PLAN
The bidders, contractors and subcontractors will not be eligible for award of a contract under this
Advertisement for Bids unless it certifies as prescribed, that it adopts the minimum goals and
timetable of minority and women workforce utilization and specific affirmative action steps as set
forth by the City of Yakima, This is directed at increasing minority and women workforce
utilization by means of applying good faith efforts to carrying out such steps.
However, no contractor or subcontractor shall be found to be in noncompliance solely on account
of its failure to meet its goals within its timetables, but such contractor shall be given the
opportunity to demonstrate that it has instituted all of the specific affirmative action steps specified
by the City of Yakima, and has made every good faith effort to make these steps work toward the
attainment of its goals, all to the purpose of expanding minority and women workforce utilization
on all of its projects in the City of Yakima, Washington. In all cases, the compliance of a bidder,
contractor or subcontractor will be determined in accordance with its respective obligations under
the terms of these Bid Conditions.
All bidders and all contractors and subcontractors performing or to perform work on projects
subject to these Bid Conditions hereby agree to inform their subcontractors of their respective
obligations under the terms and requirements of these Bid Conditions, including the provisions
relating to goals of minority and women employment and training.
Specific Affirmative Action Steps
Bidders, contractors and subcontractors subject to this contract must engage in affirmative action
directed at increasing minority and women workforce utilization, which is at least as extensive and
as specific as the following steps:
a. The contractor shall notify community organizations that the contractor has
employment opportunities available and shall maintain records of the organizations'
response.
b. The contractor shall maintain a file of the names and addresses of each minority and
women worker referred to him and what action was taken with respect to each such
referred worker, and if the worker was not employed, the reasons therefore. If
suchworker was not sent to the union hiring hall for referral or if such worker was not
employed by the contractor, the contractor's file shall document this and the reasons
therefore.
c. The contractor shall promptly notify the City of Yakima Engineering Division an
Contract Compliance Officer when the union or unions with whom the contractor has
collective bargaining agreement has not referred to the contractor a minority or
woman worker sent by the contractor or the contractor has other information that the
union referral process has impeded him in his efforts to meet his goal.
d. The contractor shall participate in training programs in the area, especially those
funded by the Department of Labor.
e. The contractor shall disseminate his EEO policy within his own organization by
including it in any policy manual; by publicizing it in company newspapers, annual
reports, etc., by conducting staff, employee and union representatives' meetings to
explain and discuss the policy; by posting of the policy; and by specific review of the
policy with minority employees.
f. The contractor shall disseminate his EEO policy externally by informing and
discussing it with all recruitment sources; by advertising in news media, specifically
including minority news media; and by notifying and discussing it with all
subcontractors and suppliers.
207
g.
The contractor shall make specific efforts and constant personal (both written and
oral) recruitment efforts directed at all minority or women organizations, schools with
minority students, minority recruitment organizations and minority training
organizations, within the contractor's recruitment areas.
h. The contractor shall make specific efforts to encourage present minority employees
to recruit their friends and relatives.
i. The contractor shall validate all man specifications; selection requirements, tests, etc.
j. The contractor shall make every effort to promote after school, summer and vacation
employment to minority youth.
k. The contractor shall develop on-the-job training opportunities and participate and
assist in any association or employer group training programs relevant to the
contractor's employee needs consistent with its obligations under this bid.
I. The contractor shall continually inventory and evaluate all minority and women
personnel for promotion opportunities and encourage minority and women
employees to seek such opportunities.
m. The contractor shall make sure that seniority practices, job classifications, etc., do not
have a discriminatory effect.
n. The contractor shall make certain that all facilities and company activities are non-
segregated.
o. The contractor shall continually monitor all personnel activities to ensure that his EEO
policy is being carried out.
p. The contractor shall solicit bids for subcontracts from available minority and women
subcontractors, engaged in the trades covered by these Bid Conditions, including
circulation of minority and women contractor associations.
q.
Non cooperation: In the event the union is unable to provide the contractor with a
reasonable flow of minority and women referrals within the time limit set forth in the
collective bargaining agreements, the contractor shall, through independent
recruitment efforts, fill the employment vacancies without regard to race, color,
religion, sex or national origin, making full efforts to obtain qualified and/or qualifiable
minorities and women. (The U.S. Department of Labor has held that it shall be no
excuse that the union with which the contractor has a collective bargaining
agreement providing for exclusive referral failed to refer minority or women
employees.) In theevent the union referral practice prevents the contractor from
meeting the obligations pursuant to Executive Order 11246 and 23 CFR Part 230 as
amended, and the Standard Specifications, such contractor shall immediately notify
the City of Yakima Engineering Department or the City of Yakima Compliance
Officer.
208
BIDDERS CERTIFICATION
A bidder will not be eligible for award of a contract under this invitation for bids unless such bidder
has submitted as a part of its bid the following certification, which will be deemed a part of the
resulting contract:
csAA..\)-0, tilxir,-,;uet
certifies that:
1. It intends to use the following listed construction trades in the work under the contract
fd' ec e&L , J� l' a \At 1 n3 ‘--Pav,-i yA 1 CDneseic,
and;
as to those trades for which it is required by these Bid Conditions to comply with these Bid
Conditions, it adopts the minimum minority and women workforce utilization goals and the
specific affirmative action steps for all construction work (both federal and non-federal) in the
Yakima, Washington area subject to these Bid Conditions, those trades being:
and;
2. It will obtain from each of its subcontractors and submit to the contracting or administering
agency prior to the award of any sub -contract under this contract the Subcontractor Certification
required by these Bid Conditions.
r /Si ature of Authorized Representative of Bidder)
209
Contractor and Subcontractor or
Lower Tier Subcontractor
Certification for Federal -Aid Projects
DOT FORM 420-004EF
Follows this page as an
Attachment
211
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Washington State
Department of Tlransportation
Contractor and Subcontractor or
Lower Tier Subcontractor
Certification for Federal -Aid Projects
(Required for each Subcontractor or Lower Tier Subcontractor on all Federal -Aid projects
Contract Number
Federal -Aid Number
State Route Number
Subcontractor or Lower Tier Subcontractor
To be signed by proposed subcontractor or lower tier subcontractor
The contract documents for this subcontract include as part of the subcontract a special
provision entitled "Required Federal -Aid Provisions", the "Required Contract Provisions
Federal -Aid Construction Contracts (FHWA 1273)", and the minimum wage rates.
I certify the above statement to be true and correct.
Company
By
Title
Date
Contractor Certification
To be completed and signed by the contractor
1.
A written agreement has been executed between my firm and the above subcontractor.
2. n A written agreement has been executed between (the subcontractor)
and the above lower tier subcontractor.
All documents required by the special provision entitled "Required Federal -Aid Provisions" are included in the agreement for
(1) or (2) marked above.
I certify the above statements under Contractor Certification to be true and correct.
Company
By
Title
Date
DOT Form 420-004 EF
Revised 10/94
Materially and Responsiveness
The certification required to be made by the bidder pursuant to these Bid Conditions is material,
and will govern the bidder's performance on the project and will be made a part of his bid. Failure
to submit the certification will render the bid non responsive.
Compliance and Enforcement
Contractors are responsible for informing their subcontractor (regardless of tier) as to their
respective obligations under the conditions of the contract here (as applicable). Bidders,
contractors and subcontractors hereby agree to refrain from entering into any contract or contract
modification subject to Executive Order 11246, as amended on September 24, 1965, with a
contractor debarred from, or who is determined not to be a responsible' bidder for, government
contracts and federally assisted construction contracts pursuant to Executive Order. The bidder,
contractor or subcontractor shall carry out such sanctions and penalties for violation of the equal
opportunity clause including suspension, termination and cancellation of existing subcontracts as
may be imposed or ordered by the administering agency, the contracting agency or the Office of
Federal Contract Compliance pursuant to the Executive Order. Any bidder, or contractor or
subcontractor who shall fail to carry out such sanctions and penalties shall be deemed to be in
non-compliance with these Bid Conditions and Executive Order 11246, as amended.
Nothing herein is intended to relieve any contractor or subcontractor during the term of its
contract on this project from compliance with Executive Order 11246, as amended, and the Equal
Opportunity Clause of its contract.
Violation of any substantial requirement in the affirmative action plan by a contractor or
subcontractor covered by these Bid Conditions including the failure of such contractor or
subcontractor to make a good faith effort to meet it fair share of the trade's goals of minority and
women workforce utilization, and shall be grounds for imposition of the sanctions and penalties
provided at Section 209 (a) of Executive Order 11246, as amended.
Each agency shall review its contractors' and subcontractors' employment practices during the
performance of the contract. If the agency determines that the affirmative action plan no longer
represents effective affirmative action, it shall so notify the Office of Federal Contract Compliance
which shall be solely responsible for any final determination of that question and the
Consequences thereof.
In regard to these conditions, if the contractor or subcontractor meets its goals or if the contractor
or subcontractor can demonstrate that it has made every good faith effort to meet those goals,
the contractor of the subcontractor shall be presumed to be in compliance with Executive Order
11246, as amended, the implementing regulations and its obligations under these Bid Conditions
and no formal sanctions or proceedings leading toward sanctions shall be instituted unless the
agency otherwise determines that the contractor or subcontractor is not providing equal
employment opportunities. In judging whether a contractor or subcontractor has met its goals, the
agency will consider each contractors or subcontractor's minority and women workforce utilization
and will not take into consideration the minority and women workforce utilization of its
subcontractors. Where the agency finds that the contractor or subcontractor has failed to comply
with the requirement of Executive Order 11246, as amended, the implementing regulations and
its obligations under these Bid Conditions, the agency shall take such action and impose such
sanctions as may be appropriate under Executive Order and the regulations. When the agency
proceeds with such formal action, it has the burden of proving that the contractor has not met the
requirements of these Bid Conditions, but the contractor's failure to meet his goals shall shift to
him the requirement to come forward with evidence to show that he has met the "good faith"
requirements of these Bid Conditions by instituting at least the Specific Affirmative Action steps
listed above and by making every good faith effort to make those steps work toward the
attainment of its goals within its timetables. The pendency of such formal proceedings shall be
taken into consideration by Federal agencies in determining whether such contractor or
213
subcontractor can comply with the requirements of Executive Order 11246, as amended, and is
therefore a "responsible prospective contractor" within the meaning of the Federal Procurement
Regulations.
It shall be no excuse that the union with which the contractor has a collective bargaining
agreement providing for exclusive referral failed to refer minority and women employees.
The procedures set forth in these conditions shall not apply to any contract when the head of the
contracting or administering agency determines that such contract is essential to the national
security and that its award without following such procedures is necessary to the national
security. Upon making such a determination, the agency head will notify, in writing, the Director of
the Office of Federal Contractor Compliance within thirty days.
Requests for exemptions from these Bid Conditions must be made in writing, with justification, to
the:
Director
Office of Federal Contractor Compliance
U.S. Department of Labor
Washington, D.C. 20210
and shall be forwarded through and with the endorsement of the agency head. Contractors and
subcontractors must keep such records and file such reports relating to the provisions of these
Bid Conditions as shall be required by the contracting or administering agency or the Office of
Federal Contractor Compliance.
214
PROPOSAL
Washington Avenue Widening / Reconstruction
72nd Avenue to 52nd Avenue
City Project Nos. 1957 &1958
Federal Aid Nos: STPUS-4558(006), TIB# 8-4-039(019)-1, TIB# 9-E-039(007)-1
The bidder is hereby advised that by signature of this proposal he/she is deemed to have
acknowledged all requirements and signed all certificates contained herein.
A proposal guaranty in an amount of five percent (5%) of the total bid, based upon the
approximate estimate of quantities at the above prices and in the form as indicated below, is
attached hereto:
CASH 0 IN THE AMOUNT OF
CASHIER'S CHECK 0 DOLLARS
CERTIFIED CHECK 0 ($ ) PAYABLE TO THE STATE TREASURER
PROPOSAL BOND
ip IN THE AMOUNT OF 5% OF THE BID
2_
" Receipt is hereby acknowledged of addendum(s) No.(s)
a 1-153-an0)
PHONE NUMBER
SIGNATUIj OF AU /' O;'ZED OFFICIAL(s)
FIRM NAME
(ADRESS)
D\UM k a y\ $ C rtt,,el c.
'T 'Box 93`7
oCm t1 -1;109
STATE OF WASHINGTON CONTRACTORS LICENSE NUMBER e tt&NI.- *�D 10a
FEDERAL ID No. Q 1 1 1 11 0I 3 1 '14 1 j _' L 1
Note:
(1) This proposal form is not transferable and any alteration of the firm's name entered
hereon without prior permission from the Secretary of Transportation will be cause for
considering the proposal irregular and subsequent rejection of the bid.
(2) Please refer to section 1-02.6 of the standard specifications, re: "Preparation of
Proposal," or "Article 4" of the Instructions to Bidders for building construction jobs.
(3)
Should it be necessary to modify this proposal either in writing or by electronic
means, please make reference to the following proposal number in your
communication.
215
BIDDER'S CHECK LIST
The bidder's attention is especially called to the following forms, which must be executed, as
required, and submitted on the form purchased from the City and bound in the Contract
Documents:
A. PROPOSAL
The unit prices, extensions and total amounts bid must be shown in the spaces
provided.
B. BID BOND ACCOMPANYING BID
This Bid Bond form is to be executed by the bidder and the surety company unless
bid is accompanied by a certified check. The amount of this bond shall be not less
than 5% of the total amount bid and may be shown in dollars or on a percentage
basis.
C. SUBCONTRACTOR LIST
The form must be filled in. Failure to provide this information at time of bid WILL NOT
render the bid non-responsive.
D. BIDDER'S CERTIFICATION
E. PROPOSAL SIGNATURE SHEET
Must be filled in and signed by the bidder.
F. MBEJWBE FORM
It is requested that The Bidder's Certification of the "Affirmative Action Profile" in the
MBENVBE Form be filled in and signed by the bidder. Failure to provide this
information WILL NOT render the bid non-responsive.
The following forms are to be executed after the contract is awarded:
A. CONTRACT
This agreement is to be executed by the successful bidder.
B. PERFORMANCE BOND
To be executed by the successful bidder and his/her surety company.
C. CERTIFICATE OF INSURANCE
Refer to attached Informational Certificate of Insurance and Additional Insured
Endorsement. Also refer to Section 1-07.18 (APWA) of the Standard Specifications
and Special Provisions.
D. DOT Form 420-004EF
Refer to Required Contract Provisions Federal -Aid Construction Contracts FHWA-
1273.
217
CONSTRUCTION DETAILS
Construction Details
(Plans under separate cover)
CONSTRUCTION DETAILS
Construction Details
(Plans under separate cover)
CONSTRUCTION DETAILS
Construction Details
(Plans under separate cover)
i um m mu i am E— — —— N-- am No me i
CITY OF YAKIMA - PROJECT DETAIL
R/W
q
50' (40' MIN.)
R/W
50' (43' MIN.)
l6.5'
33' (STA. 24+00-74+00)
33' STA. (24+00-74+00)
6.5' J
(TYP.)
25.5' (STA. 8+75-20+20)
25.5' (STA. 8+75-20+20)
(TYP.)
`
?'.
, yam.- vim, . �` 1� , T.,
MIN.
` ' 6;, •� ` G• • • • \\T\ \\\U``�2" CLASS "A" HMA (COMPACTED DEPTH) `' 4" CONC. SIDEWALK
(6" IN DWY. SECTIONS)
MIN. 4" ATB (COMPACTED DEPTH)
12" CSBC (COMPACTED DEPTH) COMPACTED SUB GRADE 2"
(COMPACTED
WASHINGTON AVENUE PHASE 2 TYPICAL SECTION
CSBC
DEPTH)
R/W
c.
50' INCL. OLD YVT R/W
40' SOUTH OF WASHINGTON
R/W
AVE
WASHINGTON AVE SECTION
6.5'
22.5'
30' NORTH OF WASHINGTON
22.5'
_
AVE
6.5' j
2.
(TYP.)
(TYP.)
ti,
MIN.
I<
6„� `� 6a • •`�` ` 2” CLASS "A" HMA (COMPACTED DEPTH) ./.'%.. 4IN DC. SIDEWA NS)
o
6
w
o
MIN. 4" ATB (COMPACTED DEPTH)
12" CSBC (COMPACTED DEPTH) COMPACTED SUB GRADE 2" CSBC
(COMPACTED DEPTH)
S. 64TH AVENUE TYPICAL SECTION
1
-0
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
w
z
J J
H rH
U 4'CL.'A'HMA 1 U
EXISTING Q (COMPACTED DEPTH) 3
ASPHALT (n 29L ��r=� ' --� - EXISTING
.;•:•.;-%�c .,.......,...,..,......1.-•���:�vi'i�♦�rr...�ASPHALT
•1 r1 ..+.• dia..,......— . - — ..�..,...•�44,•�•��7:17:7
�_._. �..;r// .'�������:44:Vit...i•:•1•....•t t•*.*.it. .. AXI. ititit•,•1•�:4 :'
`� �� �� \\ \/\,• \,• e' csec A.,/\/\` ` % EXISTING
EXISTING /..// �i /ice//./ (COMPACTED DEPTH) \%j\j\�j�/ \`' BASE ROCK
BASE ROCK COMPACTED SUB GRADE
REMOVE EXISTING CURB
8.5'
5'
•
8'
TYPICAL REMOVAL SECTION
SANDED JOINTS (SWEPT -
& VIBRATED INTO VOIDS)
0.1' SAND
(LEVELING COURSE)
EX. CURB & GUTTER
Unt..1_ !WeAR0•=..•
5'
'EXISTING
UMINAIRE (TYP)
J
1 1 1 1 1 1
i
1
I I 1 1 1
• ♦
•
•
7.0'x8.75' COBBLESTONE PAVER IN
RUNNING BOND LAYOUT AS PER
MUTUAL MATERIALS CO. OR APPROVED
EQUIVALENT. COLOR PER SPECIFICATIONS.
PLAN VIEW
MASONARY PAVERS
EX. CURB & GUTTER
0.3' CSBC
(COMPACTED DEPTH)
COMPACTED SUBGRADE
APPLY SOIL STERILANT
BEFORE PLACING CSBC
TYPICAL REPAIR SECTION
APPROVED: 5-31-05
•
CITY OF YAKIMA - PROJECT DETAIL
MEDIAN REMOVAL/REPAIR
P3
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
yrs
SEE DETAIL R24 FOR TRENCH PATCHING
SUITABLE EARTH FOUNDATION
(SEE NOTE)
NATIVE MATERIAL SHALL BE USED FOR
BACKFILL UNLESS OTHERWISE DIRECTED
BY THE ENGINEER.
CRUSHED SURFACING TOP COURSE
SHALL BE USED FOR BEDDING MATERIAL
UNLESS OTHERWISE DIRECTED BY
THE ENGINEER.
UNSUITABLE FOUNDATION MATERIAL SHALL
BE REPLACED WITH GRAVEL BACKFILL FOR
FOUNDATIONS CLASS B.
TYPICAL TRENCH SECTION
City of Yakima — Engineering Division
APPROVED: 2.10.99
CITY OF YAKIMA - STANDARD DETAIL
TYPICAL TRENCH DETAIL
54
EXCAVATION
�/
_
PAYMENT LINE
FOR PIPES 15 INCHES AND UNDER
I.D. + 30 INCHES
•
v
\ NO
O �-
o
c,Oi.
SUITABLE EARTH FOUNDATION
(SEE NOTE)
NATIVE MATERIAL SHALL BE USED FOR
BACKFILL UNLESS OTHERWISE DIRECTED
BY THE ENGINEER.
CRUSHED SURFACING TOP COURSE
SHALL BE USED FOR BEDDING MATERIAL
UNLESS OTHERWISE DIRECTED BY
THE ENGINEER.
UNSUITABLE FOUNDATION MATERIAL SHALL
BE REPLACED WITH GRAVEL BACKFILL FOR
FOUNDATIONS CLASS B.
TYPICAL TRENCH SECTION
City of Yakima — Engineering Division
APPROVED: 2.10.99
CITY OF YAKIMA - STANDARD DETAIL
TYPICAL TRENCH DETAIL
54
S N-- r i IN --- r-- N EN 8 E N NE
FRAME AND VANED GRATE
8" OR 12"
ONE 93 BAR HOOP FOR 8"
TWO 53 BAR HOOPS FOR 12"
RECTANGULAR ADJUSTMENT SECTION
res.op.
93 BAR EACH CORNER
18" MIN.
53 BAR HOOP
PRECAST BASE SECTION
NOTES
1. AS AN ACCEPTABLE ALTERNATE TO REBAR, WIRE MESH HAVING A MINIMUM
AREA OF 0.12 SQUARE INCHES PER FOOT MAY BE USED. WIRE MESH SHALL
NOT BE PLACED IN KNOCKOUTS.
2. THE KNOCKOUT DIAMETER SHALL NOT BE GREATER THAN 20" KNOCKOUTS
SHALL HAVE A WALL THICKNESS OF 2" MINIMUM TO 2.5" MAXIMUM. PROVIDE
A 1.5" MINIMUM GAP BETWEEN THE KNOCKOUT WALL AND THE OUTSIDE OF
THE PIPE. AFTER THE PIPE IS INSTALLED, FILL THE GAP WITH JOINT MORTAR
IN ACCORDANCE WITH STANDARD SPECIFICATION 9-04.3.
3. THE MAXIMUM DEPTH FROM THE FINISHED GRADE TO THE PIPE INVERT SHALL
BE 5'.
4. FRAME AND GRATE MAY BE INSTALLED WITH FLANGE DOWN OR CAST INTO
ADJUSTMENT SECTION.
5. THE PRECAST BASE SECTION MAY HAVE A ROUNDED FLOOR AND THE WALLS
MAY BE SLOPED AT A RATE OF 1:24 OR STEEPER.
8. OPENING SHALL BE MEASURED AT THE TOP OF THE PRECAST BASE SECTION.
PIPE ALLOWANCES
MAXIMUM
PIPE MATERIAL
INSIDE
DIAMETER
REINFORCED OR
PLAIN CONCRETE
12"
ALL METAL PIPE
15"
CPSSP *
(STD. SPEC. 9-05.20)
12"
SOLID WALL PVC
(STD. SPEC. 9-05.12(1))
15"
PROFILE WALL PVC
(STD. SPEC. 9-05.12(2))
15"
* CORRUGATED POLYETHYLENE
STORM SEWER PIPE
1 EXPIRES JULY I. 2005
CATCH BASIN TYPE 1
STANDARD PLAN B-1
SHEET 1 OF 1 SHEET
APPROVED FOR PUBUCAfION
Harold J. Patellaso 07-21-03
1116 rw..mN; .a.�nonV0/01211LI•fdl MOOING "11. Ainnw. ori.."
mn.ewnannwvr..wnoa "mrw.rrnveD
ouirvsr.
STAT[DIMON saw MR
6 wrtiNym WOO . D p wN a tensporktlen
11111 NM 1- r- 1 EN NM NS M MI N MI N --
48", 54", 80', 72", 84' OR 88"
z
MORTAR FILLET -
STEPS OR
LADDER
t"-
1" MIN.
2.ti MAX.
CATCH BASIN FRAME AND VANED GRATE
OR MANHOLE RING AND COVER
HANDHOLD
RECTANGULAR ADJUSTMENT SECTION
OR CIRCULAR ADJUSTMENT SECTION
-4-- — FLAT SLAB TOP
MORTAR (TYP.)
1T
T I^1�1 T r
r
SEPARATE BASE
CAST IN PLACE
GRAVEL BACKFILL FOR
PIPE ZONE BEDDING
�-{ REINFORCING STEEL
• ..1 M.
INTEGRAL BASE
PRECAST WITH RISER
71rt ,I17 117,
"0" RING
IZf
SEPARATE BASE
PRECAST
NOTES
1. No steps are required when height is 4' or less.
2. The bottom of the precast catch basin may be sloped to
facilitate leaning.
3. Frame and grate may be installed with flange down or
cast into adjustment section.
4. Knockouts shall have a wall thidcness of 2" minimum to
2.5" maximum. Provide a 1.5" minimum gap between
the knockout wall and the outside of the pipe. After the
pipe Is installed, fill the gap with Joint mortar in accordance
with Std. Spec. 9-04.3.
CATCH BASIN DIMENSIONS
CATCHALL
BASIN
DIAMETER
THICKNESS
BASE
THICKNESS
MAXIMUM
KNOCKOUT
SIZE
STMINIMUM
BETWEEN
KNOCKOUTS
BASE REINFORCING STEEL
in /R IN EACH DIRECTION
INTEGRAL
SEPARATE
48"
4"
6"
36"
8"
0.16
0.23
54"
4.5"
8"
42"
8"
0.18
0.19
601
5"
8"
48"
8"
0.25
0.25
72"
S"
8"
60"
12"
0.24
0.35
84"
8"
12"
72"
12"
0.29
0.39
ge"
8"
12"
84"
12"
0.29
0.39
PIPE ALLOWANCES
CATCH
BASIN
DIAMETER
PIPE MATERIAL WITH MAXIMUM INSIDE DIAMETER
CONCRETE
ALL
METAL
CPSSP
10
SOLID
WALL
PVC O
PROFILE
WALL
PVC
48"
24"
30"
24"
27"
30"
54"
30"
38"
30"
27"
38"
60"
38"
42"
38"
36"
42"
72"
42"
54"
42"
36"
48"
84"
54"
60"
54"
38"
48"
96"
60"
72"
60"
36"
48-
0 CORRUGATED POLYETHYLENE STORM SEWER PIPE (Std. Spec. 9-05.20)
O (Std. Spec. 9-05.12(1))
® (Std. Spec. 9-05.12(2))
EXPIRES JULY I, 2005
CATCH BASIN TYPE 2
STANDARD PLAN B-1 •
SHEET 1 OF 1 SHEET
WIZ nsw"1e..11.1.1Ea1wmr110TlenFrrr 1.61McT.Ean
Mb&i.. !NM 1EINLNIeIM1.MnTOOPOR •C11Y.•WIEWAY
APPROVED FOR PUBLICATION
"gin` INVENRRTON """°�"""" "N"""' `"�'""'°"`"`
Harold J.Paterhso
05-20-04
•F1/2004
.00FO El' OI YIEIER 1 0*1. REIOIIT
80
RAR MEMOS Bcla
AI
Soft
WOiliplon fD.pO1Y
EMR
dv.
T,Ep01b11011
USE
REVISION
01
S M I UN 11111 I MN N N M UN 11111 1 111111 I N N UN I
Ed I
20' x 24",
24' DWI., 4E DIAM.
OR 54" DIAM. HOLE
12:1—
J
i
r (rm.) 1—
M BARB AT T SPACING
L L 1' MD,.
84" OR 96" FLAT SLAB TOP
20 x24
24" DIAM., 4E DWI.
OR 54" DIAM. HOLE
20"x24"OR
24" DWI. HOLE
rmPa
Z 1' MIN.
2 12' MAR
2 12' MAX.
16 BARS AT 8" SPACING
Z1' MIN.
2 12" MAX
72" FLAT SLAB TOP
04 BARB ATE SPACING
48", 54" or 60"
FLAT SLAB TOP
TYPICAL ORIENTATION
FOR ACCESS AND STEPS
ECCENTRIC CONE SECTION
NOTE
As an acceptable alternate t0 rebar, wire mesh having a
minimum area of 0.12 square inches per foot may be used
for adjustment sections.
STEP
z
1r (TYP.)
r OR 12'
ONE 03 BAR HOOP FOR E
TWO 53 BAR HOOPS FOR 12"
RECTANGULAR ADJUSTMENT SECTION
ONE X3 BAR HOOP
CIRCULAR ADJUSTMENT SECTION
12'
PREFABRICATED LADDER
[EXPIRES JULY I, 20051
MISCELLANEOUS DETAILS
FOR MANHOLES AND
CATCH BASINS
STANDARD PLAN B-1 z
SHEET 1 OF 1 SHEET
ua
ADDED 14' AL A SL 9 100
we
DATE
REVISION
BY
APPROVED FOR PUBLJCATION
Harold J. Patarfeso
06-23-04
MYR OMAN ower OAn
WshLip_. Nob DgvnN"0 d Ynuyaebtlan
N N i 1 r r-- i- I NM 1 r 1-- M MN
•
SEE DETAIL' A'
TOP VIEW
24 1/4"
SECTION O
NOTES
1. This frame is designed to accommodate 20" x 24" grates or covers as shown
on Standard Plans B-2, B -2b, B -2c and B -2d.
2. When bolt down grates or covers are specified in the Contract, provide two
holes In the frame that am vertically aligned with the grate or cover slots.
Tap each hole to accept a 5/8" - 11 NC x 2' alien head cap screw.
Location of bolt down holes varies among different manufacturers
3. Refer to Standard Specification 9-05.15(2) for additional requirements.
2 112
DETAIL"A"
RECESSED ALLEN
HEAD CAP SCREW
(SEE NOTE 2)
GRATE
FRAME
SECTION
BOLT DOWN DETAIL
1 EXPIRES JULY L 2005
REVERSIBLE FRAME FOR
CATCH BASIN OR
CONCRETE INLET
STANDARD PLAN B -2a
SHEET 1 OF 1 SHEET
APPROVED FOR PUBLICATION
Harold J. Peterfeso 02-25-05
1•72 INNIKA•11101,11MLOOMIMODOCIANNTIVINIELMILMCWILIZAll
MOMOI..IY®II MIY<o1Y.I"i1pMIWI.tlAI4TO.lY
Al
'TKA R.nIOTMbIar TIMiI.IATETI AaarwVIMITAm
STATE OUMBOODEEx GtH
wuhhlpen 6aft o.p.rxlrr* of TronsporlaNen
61a' -11 NC (TYP., SEE NOTE 2)
t
o)
SEE DETAIL' A'
TOP VIEW
24 1/4"
SECTION O
NOTES
1. This frame is designed to accommodate 20" x 24" grates or covers as shown
on Standard Plans B-2, B -2b, B -2c and B -2d.
2. When bolt down grates or covers are specified in the Contract, provide two
holes In the frame that am vertically aligned with the grate or cover slots.
Tap each hole to accept a 5/8" - 11 NC x 2' alien head cap screw.
Location of bolt down holes varies among different manufacturers
3. Refer to Standard Specification 9-05.15(2) for additional requirements.
2 112
DETAIL"A"
RECESSED ALLEN
HEAD CAP SCREW
(SEE NOTE 2)
GRATE
FRAME
SECTION
BOLT DOWN DETAIL
1 EXPIRES JULY L 2005
REVERSIBLE FRAME FOR
CATCH BASIN OR
CONCRETE INLET
STANDARD PLAN B -2a
SHEET 1 OF 1 SHEET
APPROVED FOR PUBLICATION
Harold J. Peterfeso 02-25-05
1•72 INNIKA•11101,11MLOOMIMODOCIANNTIVINIELMILMCWILIZAll
MOMOI..IY®II MIY<o1Y.I"i1pMIWI.tlAI4TO.lY
Al
'TKA R.nIOTMbIar TIMiI.IATETI AaarwVIMITAm
STATE OUMBOODEEx GtH
wuhhlpen 6aft o.p.rxlrr* of TronsporlaNen
NM NE r— it M r MI_— Ea N I— — -- r N
8 LEVELING PADS
2" x 1 1/8" x 1/8"
24"
SEE SLOT DETAIL & NOTE 1
1?,
NOTES
1. When bok down grates are specified In the Contract, provide two slots
in the grate that are vertically aligned with the holes in the frame. Location
of bolt down slots varies among dtferent manufacturers.
2. Refer to Standard Specification 9-05.15(2) for additional requirements.
3. For frame details, see Standard Plan 8-2a.
4. The thickness of the grate shall not exceed 1 5/8".
SLOT DETAIL
I EXPIRES JULY I. 2003
HERRINGBONE GRATE FOR
CATCH BASIN
AND INLET
STANDARD PLAN B -2d
SHEET 1 OF 1 SHEET
RPM aewr"VITA uaa.araaaamaaa"ravrwaa:rwcIMMIX
aaaxaaa, areo".aa 3.9=1“ wMIMS,PO MALCO nt OMIT uwi
AT Ta M11aM1aMRARaaMItMYIM1MlIa"Mnal •asrrrrar rs
MI MAME
APPROVED FOR PUBLICATION
Harold J. Poterloso 06-17-02
MU OMNI MOWER DATE
waidnpm f1. D.p.dmrN al taxpmlaMn
VARIES
SEE PLANS
COMPACT BACKFILL TO 95%
DRAIN ROCK
40% VOIDS
SECTION A -A
6 MIL PLASTIC SHEETING OVER THE TOP
TO BE ANCHORED A MIN. OF 18" BEYOND
EDGE OF TRENCH
NON WOVEN GEOTEXTILE FABRIC ALL AROUND
SECTION B -B
APPROVED: 6-13-05
CITY OF YAKIMA - ENGINEERING DIVISION
1
RETENTION BASIN DETAIL I P1
CLASS 3000 CEMENT
CONCRETE FULL DEPTH
OF SECTION LESS 1 1/2"
1 1/2" CLASS "G" ASPHALT
ASPHALT PAVEMENT
SUBGRADE BASE
DRY PACK ALL JOINTS
AND VOIDS
SMOOTH INSIDE BARREL
MANHOLE ADJUSTMENT DETAIL
City of Yakima — Engineering Division
APPROVED: 2.10.99
CITY OF YAKIMA - STANDARD DETAIL
MANHOLE ADJUSTMENT
S3
1
1
1
1
1
1
1
1`
F/G ASPHALT
1 t 1�.t
1
1
1
1
1
1
1
1
1
1
24"
60"
EX. 60" DIA. CONC.
STANDPIPE
\
V
PLACE TOP OF SLAB
AT SUBGRADE ELEV.
SAWCUT EX. CONC.
PLACE MASTIC BETWEEN
SLAB AND EX. CONC.
60" DIA. FLAT TOP SLAB
APPROVED: 2.10.99
CITY OF YAKIMA -PROJECT DETAIL
IRRIG. RISER MODIFICATION
P1
11111 111111 r MS EN N r NM Nil 111111 11111 r M EN r r r 11111
TRUCK 10' 12" ROUNDABOUT
b
6 1/7
ROUNDABOUT TRUCK APRON
INNER CEMENT CONCRETE CURB
TOP OF
ROADIN Y
FACE OF CURB
MATCH
ROADWAY
SLOPE
1" R.
VARIES 17 TO 24'
VARIES
10. TO 27
(SEE CONTRACT)
LEVEL/
12•R \ 1 \
Lo • .
11 1/7
FACE OF CURB
ROUNDABOUT TRUCK APRON
OUTER CEMENT CONCRETE
CURB AND GUTTER
FACE OF CURB
1'R. MATCH
ROADWAY
SLOPE TOP OF
D •
• e • D
11 1/2'
f/7A::AY
_I
DUAL -FACED CEMENT CONCRETE
TRAFFIC CURB AND GUTTER
VARIES 17 TO 24'
VARIES
S 1 10'TO22'
I(SEE CONTRACT)
1 R - I LEVEL
TOP OF T—
ROADWAY ] b
FACE OF CURB
1' R
TOP OF
\ROADWAY
911' f 1 19N'
DUAL -FACED CEMENT
CONCRETE TRAFFIC CURB
ROUNDABOUT
7D- LANE CROSS
SLOPE
12' R.
8 12'
1/7 R.
1v
1' R.
GENERAL NOTE
See Standard Plan F-3 for Curb Expansion and Contraction Joint spacing.
CEMENT CONCRETE
SIDEWALK OR
ASPHALT CONCRETE
PASSAGEWAY
FACE OF CURB
MATCH
ROADWAY
SLOPE
V4' PREMOLDED JOINT FILLER
(WHEN ADJACENT TO CEMENT
CONCRETE SIDEWALK)
CEMENT CONCRETE
PEDESTRIAN CURB
TOP OF
12' R. ROADWAY
CEMENT CONCRETE
TRAFFIC CURB AND GUTTER
1/7 R.
MOM
wA4N
01YOT.,C.nC.OEmO
..OarMAEC.O
ITMMONCalE1T!
amK..ATFIMOIMOwNp.NIg01gIVIIR T.{YOrt0I1u
ATMOIMIORIM IATNIZINVC0/TP PWOMq}g1C AMAMI' NIOWN=
CEMENT CONCRETE
TRAFFIC CURB
LEVEL
12' R
y�yO
aW~
FLUSH WLTH GUTTER
PAN AT SIDEWALK
RAMP ENTRANCE
7 1/4"
6 1/2'
1/7 R.
VARIES
FROM
e'TO0
PR
CEMENT CONCRETE
SIDEWALK RAMP, LANDING,
OR DRIVEWAY ENTRANCE
114' PREMOLDED
JOINT FILLER
CEMENT CONCRETE
PEDESTRIAN CURB
AT SIDEWALK RAMPS & LANDINGS,
AND DRNEWAY ENTRANCES
FACE OF CURB
1' R.
VARIES FROM r TO 0,
MAINTAIN 1H:6V SLOPE
ON SIDE OF CURB
MATCH ROADWAY
SLOPE
TOP OF
12' R. ROADWAY
DEPRESSED CURB SECTION
AT SIDEWALK RAMPS AND
DRNEWAY ENTRANCES
FACE OF CURB
112' R.
8 114'
MOUNTABLE CEMENT
CONCRETE TRAFFIC CURB
TOP OF
ROADWAY
EXPIRES MAY 16, 2003
CEMENT CONCRETE
CURBS
STANDARD PLAN F-1
SHEET 1 OF 1 SHEET
APPROVED FOR PUBUCATION
Harold J. Peterfeso 12-17-02
6 WaNOw.I Left DyaTEm.+ of Tisrp.rkeien
WATT DEMON ETO.®1 DATE
1 MN - - Ng r 1 - - - - - r - - - - r r
310' PREMOLDED JOINT FILLER
CEMENT CONCRETE
E) /- CURB AND GUTTER -\
PLAN VIEW
1'-0'
6-0'R.
6.0'R.
4' - B V4'
CATCH BASIN FRAME AND GRATE
(NOT INCLUDED IN BID ITEM)
CATCH BASIN GUTTER PAN
TOP OF
112' R. ROADWAY
ADJUSTMENT SECTION
(NOT INCLUDED IN BID ITEM)
SECTION OA
CATCH BASIN OR INLET
(NOT INCLUDED IN BID ITEM)
0 1/2'
12'R ,-1'
MATCH
ROADWAY
SLOPE
TOP OF
VT R. ROADWAY
Iv
SECTION OB
EXPIRES MAY 6.20031
CEMENT CONCRETE
CURB AND GUTTER PAN
STANDARD PLAN F-1 a
SHEET 1 OF 1 SHEET
APPROVED FOR PUBLICATION
Harold J. Peterrfaso 12-17-02
MOM 17.14.A10111M3TA OM......w W uMTNMINAnn.EeARCM
MOM. NOM BY TR ~MN MO MOM= POR AILIG4TOK •RETON MR
A1nr11•n..no..anmwnrMOFn. AMY • .nnw IlOff.=
RAZE CEO01 EOO.EHI POE
Wdigbn Soft D.p..bra of Unmpelation
CONCRETE APRON
7' MIN. OR TO R/W LINE
(WHICHEVER IS GREATER)
RP
PREFERRED RAMP
CONFIGURATION
-15' (MIN)
SEE PLAN
WIDTH PER YMC 8.64.070
SEE PLANS
A
/71
z.
RP
15, P
SEE?\)1/41‘
�
ALTERNATE RAMP
CONFIGURATION
CONCRETE
JOINT MATERIAL
VALLEY GUTTER
TO FLOW LINE
aa.
.4
e
6"-
3'
VALLEY GUTTER
FLOW LINE
VALLEY GUTTER
a
SECTION A
MIN. 4" COMPACTED DEPTH
CRUSHED SURFACING, TOP COURSE
NOTES
1. CURB & GUTTER, VALLEY GUTTER, & CONCRETE APPROACH SHALL
BE SEPARATED BY 3/8" THICK, FULL DEPTH, EXPANSION JOINT MATERIAL.
2. THIS DETAIL INDICATES GENERAL CONFIGURATION REQUIREMENTS
FOR COMMERCIAL DRIVEWAY APPROACHES. STYLE AND LOCATION
OF HANDICAP RAMPS WILL DEPEND UPON SITE CONDITIONS AND
SHALL BE CONSTRUCTED ACCORDING TO THE SPECIFIC PROJECT
SITE PLAN APPROVED BY THE CITY ENGINEER.
3. WSDOT CLASS 3000 CONCRETE WITH COARSE AGGREGATE GRADING NO. 5.
APPROVED: 1.5.2005
CITY OF YAKIMA - STANDARD DETAIL
COMMERCIAL APPROACH
R09
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
CURB & GUTTER
DISTANCE VARIES - SEE PLAN
YMC 8.64.070
2" CSTC (COMPACTED DEPTH)
6" WSDOT CL 3000 CONCRETE W/
COARSE AGGREGATE GRADING NO. 5
CONSTRUCTION JOINT
CONSTRUCTION JOINT
APPROVED: 1 5.2005
CITY OF YAKIMA - STANDARD DETAIL
RESIDENTIAL DRWY APPROACH
R08
9 1/2'
o
7 1/8"
—1 1 /2-
8 1/8"
MONUMENT CASE
MONUMENT CASE
1 1/2- CLASS "G" ASPHALT
(COMPACTED DEPTH)
MONUMENT CASE TO BE SATHER MFG. CO.
#2022 OR APPROVED EQUIVALENT
3/16' WIDE BEAD, 1/8" HIGH
///,,,,,
////////
6' CLASS 3000 CONCRETE
CRUSHED SURFACING TO BE
PLACED AFTER PLACEMENT OF
MONUMENT CASE SUFFICIENT
TO SECURE MONUMENT
NOTES
1. MONUMENT TO BE PLACED AFTER FIRST UFT.
2. TOP OF MONUMENT CASE SHALL BE 1- BELOW TOP OF FIRST UFT.
3. MONUMENT CASE TO BE PLACED AFTER FINAL UFT OF ASPHALT.
4. IN UNIMPROVED ROADS, THE MONUMENT CASE SHALL BE SET WITH THE TOP OF
THE CASE 6- BELOW EXISTING GRADE.
5. WSDOT CLASS 3000 CONCRETE WITH AGGREGATE GRADING NO. 5.
///////.
////////
////////
2- ALUMINUM. BRONZE OR BRASS
SURVEY CAP
5/8- REBAR – 24" LENGTH MIN.
APPROVED: 1.5.2005
CITY OF YAKIMA - STANDARD DETAIL
SURVEY MONUMENT
R15
SEE PLANS
= -0.02
COMPACTED EARTH
COLD JOINT
4" WSDOT CLASS 3000 CONCRETE WITH
COARSE AGGREGATE GRADING NO. 5.
2" MINIMUM COMPACTED DEPTH
CRUSHED SURFACING TOP COURSE
4" STANDARD SECTION
SEE PLANS
= -0.02
•
•
.
yi
COMPACTED EARTH
COLD JOINT
6" WSDOT CLASS 3000 CONCRETE WITH
COARSE AGGREGATE GRADING NO. 5.
2" MINIMUM COMPACTED DEPTH
CRUSHED SURFACING TOP COURSE
6" THICKENED SECTION
APPROVED. 1.5.2005
CITY OF YAKIMA - STANDARD DETAIL
CEMENT CONCRETE SIDEWALK
R12
FOR HANDICAP RAMP SIZE AND POSITION,
SEE APPLICABLE STANDARD DETAILS.
THROUGH JOINTS ON EACH SIDE OF
AND AROUND EACH UTILITY APPURTENANCE.
NOTES
1. THROUGH JOINTS WITH 3/8" JOINT MATERIAL
SHALL BE PLACED AT 20' INTERVALS OR MATCH
EXISTING CURB JOINTS.
2. 1-1/2" DEEP DUMMY JOINTS SHALL BE SCORED INTO
THE CONCRETE w/ "V" GROOVES AT 5' INTERVALS.
3. ALL JOINTS, "V" GROOVES, AND EDGES SHALL BE
FINISHED WITH AN EDGER HAVING A 1/4" RADIUS.
4.
SEE PLANS FOR WIDTH AND POSITION OF SIDEWALK.
APPROVED: 1.5.2005
CITY OF YAKIMA - STANDARD DETAIL
SIDEWALK JOINTING
R10
EXPIRES MAY 16. 20051
I M N 1 I MN EN 1 M 111111 N NE 111111 N 1111
DETECTABLE WARNING
PATTERN (8EE DETAIL)
3/8' EXPANSION JOINT (TYP.)
(SEE STD. PLAN F-3)
2
0
8IDEWILLK
CURB, OR CURB
AND GUTTER
CEMENT CONCRETE
SIDEWALK RAMP TYPE 1A
CROSSWALK 1
PLAN VIEW
SIDEWALK RAMP TYPE 1A
LAYOUT
8EE NOTE 1
4'-0"MIN. 8'-0"MIN.
CEMENT CONCRETE
SIDEWALK
DETECTABLE WARNING
PATTERN (8EE DETAIL)
SECTION OA
8'- 0" MIN.
CEMENT CONCRETE
SIDEWALK
SECTION
1C-O'MIN.
TOP OF
ROADWAY
DEPRESSED
CURB & GUTTER
(SEE NOTE 6)
SIDEWALK
PLAN VIEW
LAYOUT 1
SEE NOTE 2
CEMENT CONC.
SIDEWALK RAMP
TYPE 1B
RADIUS POINT OF
SIDEWAUt RAMP AND
CURB RETURN (TYP.)
SIDEWALK
PLAN VIEW
LAYOUT 2
SEE NOTE 2
SIDEWALK
3/8" EXPANSION JOINT (TYP.)
(SEE STD. PLAN F-3)
TOP OF
ROADWAY DETECTABLE WARNING
PATTERN AREA SHALL BE
YELLOW, IN COMPLIANCE
WITH STD. SPEC. 814.3(3)
CEMENT CONCRETE
CURB & GUTTER
(SEE NOTE 5)
CEMENT CONCRETE
SIDEWALK
SECTION
TOP OF
ROADWAY
CEMENT CONCRETE
CURB & GUTTER
(SEE NOTE 5)
CURB, OR CURB
AND GUTTER
CEMENT CONCRETE
SIDEWALK RAMP TYPE 1B
ELEVATION
CROSSWALK
PLAN VIEW
SIDEWALK RAMP TYPE 1B
FOR LAYOUTS 1, 2, & 3
-o'
MIN.
MAX.
A
1 6I
2 3r8 -
B
1 12"
C
7/18"
3/4'
0
1 7M8'
TRUNCATED DOMES (SEE NOTE 7)
DETECTABLE WARNING PATTERN DETAIL
DETECTABLE
WARNING
PATTERN
(SEE DETAIL)
BACK EDGE OF SIDEWALK I8 PARALLEL
TO APPROACH ROADWAY (TYP.)
CEMENT CONC.
SIDEWALK RAMP
TYPE 1B
NOTES
CEMENT CONCRETE
SIDEWALK RAMP TYPE 1B
8IDEWALK
CEMENT CONCRETE
SIDEWALK RAMP TYPE 15
PLAN VIEW
LAYOUT 3
SEE NOTE 2
1. The Type 1A Ramp Is used to provide access to two crosswalks only
when It Is Infeasible to provide a separate ramp for each crosswalk.
2. Layouts 1, 2, & 3 require two (2) of this bid itwn: "Cement Conc. Side-
walk Ramp Type 1B". The bid item does not indude the adjacent Curb
(or Curb & Gutter), or Sidewalk.
3. Ramp slopes shall not be steeper than 12H:1V.
4. Avoid placing drainage structures, junction boxes or other obstructions
In front of ramp access areas.
5. Curb & Gutter le shown, see the Contract Plana for the curb design
specified. See Standard Plan F-1 for curb details.
6. See Standard Plan F-3 for sidewalk joint placement and details.
7. Detectable warning pattems may
be created by any method that
will achieve the truncated dome
dimensions and spacing shown.
ISOMETRIC VIEW
SIDEWALK RAMP
TYPES 1A & 1B
WITH LAYOUTS
STANDARD PLAN F -3a
SHEET 1 OF 1 SHEET
APPROVED FOR PUBLICATION
Harold J. PatsrhBso 02-09-05
Denman .urwaucrwu.omwinn
„E1.11,.1. E.crrINE MAMOEwac,awcAara
AI 1•91.1131410T. ..nmwemr,wusauce .m..w..o..+m
—, RAR 013111011n a,Ew MR
WErinpen sr. Dowens.+.1T,d.petimb.
EN - N NM N 1M11 N 1 11111 N 1 I MI 111111
RADIUS POINT OF SIDEWALK MMP RADIUS POINT OF SIDEWALK RAMP
AND CURB RETURN
AND CURB RETURN
RAMP CENTERLINE
3/S" EXPANSION JOINT (TYP.)
(SEE STD. PLAN F-3)
CEMENT CONCRETE
PEDESTRIAN CURB
(SEE STD. PLAN F-1)
SIDEWALK
SEE CONTRACT FOR
CURB RETURN RADIUS
DETECTABLE WARNING
PATTERN (SEE DETAIL)
CURB. OR CURB
AND GUTTER
CEMENT CONCRETE
SIDEWALK RAMP TYPE 2A
CROSSWALK
1
PLAN VIEW
SIDEWALK RAMP TYPE 2A
LAYOUT
DETECTABLE WARNING PATTERN
AREA SHALL BE YELLOW, IN COM-
PLIANCE /NTH STD. SPEC. 8-14.3(3)
A RAMP
PLAN
MIN.
MAX
D
1 6/8•
2 3/6"
E
6B"
112"
F
7/18"
314"
G
1 7/18'
ELEVATION
TRUNCATED DOMES (SEE NOTE 7)
DETECTABLE WARNING
PATTERN DETAIL
S- 0" MIN.
CEMENT CONCRETE
SIDEWALK
SECTION O
SIDEWALK
3/8" EXPANSION JOINT (TYP.)
(SEE STD. PLAN F-3)
\ b
do
\/5- RAMP CENTERLINE \ O
CEMENT
CCMCNETE
PEDESTRIAN CURr4/*/ 141
(SEE
STD. PIAN F-1)
IT -p
SI*
�
CURB, OR CURB
AND GUTTER
CEMENT CONCRETE
SIDEWALK RAMP TYPE 2B
TOP OF
ROADWAY
CEMENT CONCRETE
CURB & GUTTER
(SEE NOTE 6)
8 - 0' MIN.
LANDING
7-0"
FLUSH
7-6"
DETECTABLE
WARNING
PATTERN (TYP.)
(SEE DETAIL)
VARIES -
3'-0"TO"A•
- TYPE 2A
VARIES -S- 0" TO "Er
RAMP
TOP OF
ROADWAY
DEPRESSED
CEMENT CURB 8 GUTTER
CEMENT CONCRETE o i CONCRETE (SEE NOTE 5)
PEDESTRU N CURB SIDEWALK
(SEE STD. PLAN F-1) DETECTABLE WARNING
PATTERN (SEE DETAIL)
SECTION
CROSSWALK
3/8" EXPANSION
JOINT (TYP.)
(SEE STD. PLAN F-3)
CEMENT CONC.
SIDEWALK RAMP
TYPE 2B
SEE CONTRACT FOR
CURB RETURN RADIUS
PLAN VIEW
SIDEWALK RAMP TYPE 2B
LAYOUT
e• I itI s•
/LANDING
SECTION O
VARIES -
7-8' TO "C"
- TYPE 28
VARIES -S-O' TO IT
RAMP
71 -
RADIUS
(AT CURB FACE)
A
B
C
20 FEET
4'-51/4"
8'-10 V2'
3'-812"
30 FEET
3'-10"
T-8'
3'-21/4'
40 FEET
3'-T
T -Y
3'-0"
50 FEET
3'-612"
V-103/4"
7-1011Y
80 FEET
3'-412'
8'-63/4"
7-912'
70 FEET
3'-33/4'
V-71/2"
7-S"
80 FEET
Y-31/4"
V-612-
7-812'
BO FEET
3'-234"
5.512'
7-81/4"
100 FEET
3'-212•
8'-5'
7-8"
INTERMEDIATE RADII CAN BE INTERPOLATED
NOTES
1. The Type 1A Ramp Is used to provide access to two cross-
walks only when it is infeasible to provide a separate ramp
for each crosswalk
2. The Type 2B Ramp Layout requires two (2) of this bid item:
"Cement Cont Sidewalk Ramp Type 2B" The bid item does
not include the adjacent Curb (or Curb & Gutter), the Sidewalk
between Ramps, or the Cement ConcPedestrian Curb.
3. Ramp slopes shall not be steeper than 12H:1V.
4. Avoid placing drainage structures, junction boxes or other
obstructions In front of ramp access areas.
5. Curb & Gutter is shown, see the Contract Plans for the curb
design specified. See Standard Plan F-1 for curb details.
B. See Std. Plan F-3 for sidewalk joint placement and details.
7. Detectable warning patterns may be created by any method
that will achieve the truncated dome dimensions and spacing
shown.
sm MI ew�"wmsernr.rerncwawan
REa.na rm.Y�irrM MONNOATOM ION waanoKe.Irai.0
ATIMINIIIMONnAneseenono ITYARIRTATOK ACM'w.resuem
wi.an.
ISOMETRIC VIEW
EXPIRES MAY 16. 2005
SIDEWALK RAMP
TYPES 2A & 2B
WITH LAYOUTS
STANDARD PLAN F -3b
SHEET 1 OF 1 SHEET
APPROVED FOR PUBLICATION
Harold J. Peterllaso 02-09-05
STATE Er.En MUMMER an
WsMµpn SW. Mrabwr d Tmspabiien
MN N 1 MI M- - N EN r E EN NE NM MS- EN 1 M
RADIUS POINT OF SIDEWALK RAMP _ RADIUS POINT OF SIDEWALK RAMP
AND CURB RETURN
RAMP CENTERLINE
CEMENT CONCRETE
PEDESTRIAN CURB
3' - 0• MIN. RAMP
318' MANSION JOINT
(TYP.) (SEE STD. PLAN F-3)
SIDEiWALK
BUFFER STRIP (TYP.)
SEE CONTRACT FOR
CURB RETURN RADIUS
CEMENT CONCRETE
PEDESTRIAN CURB
DETECTABLE WARNING
PATTERN (SEE DETAIL)
CURB, OR CURB
AND GUTTER
CEMENT CONCRETE
SIDEWALK RAMP TYPE 9A
1. CROSSWALK
PLAN VIEW
SIDEWALK RAMP TYPE 3A
LAYOUT 1
6' - 0" MIN. 3' - 0' MIN.
TOP OF
ROADWAY
I _T - 0' MIN.
CEMENT CONCRETE Ir RAMP
CURB & GUTTER
(SEE NOTE 6)
CEMENT CONCRETE
PEDESTRIAN CURB
(SEE STD. PLAN F-1)
SECTION
DEPRESSED
CURB 6 GUTTER
(SEE NOTE 6)
TOP OF
ROADVWY
DETECTABLE
WARNING
PATTERN
(SEE DETAIL)
AND CURB RETURN
RAMP CENTERLJNE
3' -TT MIN.
RAMP
318• EXPANSION JOINT (TYP.)
(SEE STD. PLAN F$)
CEMENT CONCRETE
SIDEWALK RAMP TYPE 3A
3'-O'MIN.
\ RAMP
CEMENT CONCRETE
PEDESTRIAN CURB
SIDEWALK
DETECTABLE
WARNING
PATTERN (TYP.)
(SEE DETAIL)
CURB, OR CURB
AND GUTTER
CEMENT CONCRETE
SIDEWALK RAMP TYPE 3A
6'-o' MIN.
LANDING
1T b')C,
3'- E MIN.
RAMP
SECTION
1
CROSSWALK
1
BUFFER STRIP (TYP.)
SEE CONTRACT FOR
CURB RETURN RADIUS
PLAN VIEW
SIDEWALK RAMP TYPE 3A
LAYOUT 2
318• EXPANSION
JOINT (TYP.)
(SEE STD. PLAN F-3)
V*Iimingurimaimimma .47V
CEMENT CONCRETE
PEDESTRIAN CURB
(SEE STD. PLAN F-1)
SECTION
TOP OF
ROADWAY
CEMENT CONCRETE
CURB 6 GUTTER
(SEE NOTE 5)
NOTES
1. Layouts 1 and 3 are used to provide access to two crosswalks only
when It is infeasible to provide a separate ramp for each crosswalk.
2. Layout 2 requires two (2) of this bid Item: "Cement Conc. Sidewalk
Ramp Type 3A". Layout 4 requires two (2) of this bid item: "Cement
Conc. Sidewalk Ramp Type 3B" These bid Items do not include the
adjacent Curb (or Curb & Gutter), the Sidewalk between Ramps, or
the Cement Conc. Pedestrian Curb.
CURB RADIUS DETAIL
WYE >roAnIM•41. snlmElmravWIMISAnEArrrc.n
ATMIrMl1r1/AMOIMINMIIV 111r1V1m11r1 1 NM01Tr01117A9
1IV/IBOT
3. Ramp slopes shall not be steeper than 12H:1V
4. Avoid pladng drainage structures, junction boxes or other obstructions
in front of ramp access areae.
5. Curb & Gutter is shown, see the Contrail Plane for the curb design
specified. See Standard Plan F-1 for curb details.
8. See Std. Plan F-3 for sidewalk Joint placement and details.
7. Detectable warning patterns may be created by any method that will
achieve the truncated dome dimensions and spaclng shown.
ISOMETRIC VIEW
EXPIRES MAY 16. 20051
SIDEWALK RAMP
TYPES 3A & 3B
WITH LAYOUTS
STANDARD PLAN F -3c
SHEET 1 OF 2 SHEETS
APPROVED FOR PUBUCATION
Harold J. Peterfeao 02-09-05
RATE GpEr MODEM an
Waohlriglen SW* DEparmrE d Tmmprlelkn
11111 INN it 1 r r- r- M r 1 EN E EN N M EN MI
RADIUS POINT OF
SIDEWALK RAMP
AND CURB RETURN
RAMP CENTERLINE
BUFFER STRIP (TYP.)
EMENT CONCRETE
PEDEBTRLAN CURB
SIDEWALK
8EE CONTRACT FOR
CURB RETURN RADIUS
DETECTABLE WARNING
PATTERN (SEE DETAIL)
CURB, OR CURB
AND GUTTER
CEMENT CONCRETE
SIDEWALK RAMP TYPE 98
2% 4
CROSSWALK
f '
PLAN VIEW
SIDEWALK RAMP TYPE 3B
LAYOUT 3
C-0' MIN.
BUFFER
STRIP
CEMENT
CONCRETE
SIDEWALK
SECTION
5'- Cr MIN. 6'- 0- MIN.
CEMENT CONCRETE RAMP
SIDEWALK
TOP OF
ROADWAY
CEMENT CONCRETE
CURB & GUTTER
(SEE NOTE 6)
q;—
CEMENT CONCRETE
PEDESTRIAN CURB
(SEE STD. PLAN F-1)
SECTION O
TOP OF
ROADWAY
DEPRESSED
CURB 5 GUTTER
(SEE NOTE 6)
DETECTABLE WARNING
PATTERN (8EE DETAIL)
RADIUS POINT OF SIDEWALK RAMP
AND CURB RETURN
CEMENT CONCRETE
PEDESTRIAN CURB (TYP.)
RAMP CENTERLINE
SIDEWALK
CEMENT CONCRETE
SIDEWALK RAMP TYPE 38
DETECTABLE WARNING
PATTERN (TYP.)
(SEE DETAIL)
DETECTABLE WARNING PATTERN
AREA SHALL BE YELLOW, IN COM-
PLIANCE WNTN STD. SPEC. 814.3(3)
BUFFER STRIP (TYP.)
SEE CONTRACT FOR
CURB RETURN RADIUS
CURB, OR CURB
AND GUTTER
CEMENT CONCRETE
SIDEWALK RAMP TYPE 3B
CEMENT CONCRETE
PEDESTRIAN CURB (TYP.)
(8EE STD. PLAN F-1)
5' - IT RAMP
rzVARIES -
1 0TO5-
CROSSWALK
6- (TYP.)
bl
SECTION O
AOR nwwwva1or,11ar ..u.III V?O.Mmocwwlo+n
WO MI14.I111.Yn.M11•111A O.Mn01e1a1rA 11104•A>.Y..1411
ATMIYMIOII.G1.l.InldYO nWAVOIMII% ICOY AMY III ORA.m
YR I/MAW
CURB RADIUS DETAIL
PLAN VIEW
SIDEWALK RAMP TYPE 3B
LAYOUT 4
A
B
C
D
MIN.
1 El8-
5113'
7/18-
7/6-
MAX
2 318-
11?
3,4-
1 7/18-
t!
ELEVATOR
TRUNCATED DOMES (SEE NOTE 7)
DETECTABLE WARNING
PATTERN DETAIL
EXPIRES MAY 16, 20051
SIDEWALK RAMP
TYPES 3A & 3B
WITH LAYOUTS
STANDARD PLAN F -3c
SHEET 2 OF 2 SHEETS
APPROVED FOR PUBLICATION
Harold J. Peter/eso 02-09-05
RAT. Dmf sea own
T w0.11r1a0n
SW* D.p1.n..r 0r T1espwwtion
EXPIRES MAY 16, 20051
3
1
- M r N NE - -- MO EN r-- 1 1 r MN N
RADIUS POINT OF
CURB RETURN
3/8' EXPANSION JOINT
(SEE STD. PLAN F-3)
SIDEWALK
CEMENT CONCRETE
PEDESTRIAN CURB
1
O
z
x
0
CURB, OR CURB
AND GUTTER
LANDING
a MAJOR STREET b
DISTANCE
FROM P.C.
CEMENT CONCRETE
SIDEWALK RAMP TYPE 4A
3/6' EXPANSION JOINT
(SEE STD. PLAN F4)
CEMENT CONCRETE
SIDEW6LX
DETECTABLE WARNING
PATTERN (SEE DETAIL)
PLAN NEW
SIDEWALK RAMP TYPE 4A
LAYOUT
DETECTABLE WARNING
PATTERN (SEE DETAIL)
SECTION
TOP OF
ROADWAY
DEPRESSED
CURB 8 GUTTER
(SEE NOTE 4)
RADIUS
(AT CURB FACE]
X
Y
20 FEET
6' - 1 3/4'
7 - 7 1/4'
30 FEET
7' - 11 3/4"
4' - 8 1/4"
40 FEET
V-51/4"
6'-6'
60 FEET
10' - 8 3/4"
T - 11 1/4'
60 FEET
11' - 10 1/4"
V-312"
70 FEET
17-103/4'
10'-83/4'
80 FEET
13'-101/2"
11'-83/4"
90 FEET
14' - 6 1/4"
17.8 se
100 FEET
16'-712"
13'-101/4'
INTERMEDIATE RADII CAN BE INTERPOLATED
'I^ IrM"Illimia
CEMENT CONCRETE
SIDEWALK
CEMENT CONCRETE
PEDESTRIAN CURB
(SEE STD. PLAN F-1)
SECTION
VARIES
0 TO 6'
TOP OF
ROADWAY
CEMENT CONCRETE
CURB 8 GUTTER
(SEE NOTE 4)
CEMENT CONCRETE
RAMP
SECTION
TOP OF
ROADWAY
DEPRESSED
CURB 8 OUTTER
(SEE NOTE 4)
NOTES
1. This layout Is used to provide access to a single crosswalk
parallel to the major street The bid Item "Cement Conc.
Sidewalk Ramp Type 4A' does not include the adjacent Curb
(or Curb & Gutter), the Sidewalk or the Cement Conc. Ped-
estrian Curb.
2. Ramp slopes shall not be steeper than 12H:1 V.
3. Avoid placing drainage structures, junction boxes or other
obstructions In front of ramp access areas.
4. Curb & Gutter is shown, see the Contract Plans for the curb
design specified. See Standard Plan F-1 for curb details.
5. See Std. Pian F-3 for sidewalk Joint placement and details.
6. Detectable warning patterns may be created by any method
that will achieve the truncated dome dimensions and spacing
shown.
DETECTABLE WARNING
PATTERN AREA SHALL BE
YELLOW IN COMPLIANCE
WITH STD. SPEC. 8-14.3(3)
MIN.
MAX.
A
1 6/8'
23/8'
B
5/8"
1 12"
C
7/16'
3/4"
D
7/8"
1 7/18'
ELEVATION
TRUNCATED DOMES (SEE NOTE 8)
DETECTABLE WARNING
PATTERN DETAIL
ISOMETRIC VIEW
SIDEWALK RAMP TYPE 4A
WITH LAYOUT
STANDARD PLAN F -3d
SHEET 1 OF 1 SHEET
APPROVED FOR PUBLICATION
Harold J. Petertas° 02-09-05
WI! never-"RA1aa
MOMIK YY DRINIMIYOMwPiM110410A1•MA•! L
nI1IIIInrRAnmwrrranllau"InOr M.. NOW ORM=
RAS 060011191001133l a'
6 wrinp.n Sam Deportment d T1.rprtde,l
I N NM s MN M I M-- MN N-- —— all 11111
SIDEWAU(
RADIUS POINT OF
CURB RETURN
104044,
ezeCoy_oRe
CEMENT CONCRETE
PEDESTRIAN CURB
CEMENT CONCRETE
SIDEWAU( RAMP TYPE 48
3/8' EXPANSION JOINT
(SEE STD. PLAN F-3)
CURB, OR CURB
AND GUTTER
BUFFER
STRIP
C:3 MAJOR STREET b
DISTANCE FROM P.C.
DETECTABLE WARNING
PATTERN (SEE DETAIL)
5-0" X
i "'111
RAMP LANDING
PLAN VIEW
SIDEWALK RAMP TYPE 4B
PLAN
CEMENT
CONCRETE SECTION
SIDEWAU(
3/8' EXPANSION JOINT
(SEE STD. PLAN F-3)
CEMENT
CONCRETE
SIDEWALK
5-0'
RAMP
TOP OF
ROADWAY
CEMENT CONCRETE
CURB & GUTTER
(SEE NOTE 4)
2-0"
LANDING
RADIUS
(AT CURB FACE)
w. r -r
w- r -r
w- a' -o"
w. r -r
w. r -r
X
Y
x
r
x
r
x
r
x
r
20 FEET
5-512'
4'-612"
4'-812"
9.0'
4'-1'
T-23/4'
r-7"
5-312"
2-112"
5-212"
30 FEET
T-334"
T-1"
5-612"
5-1112'
5-91/4"
10-7'
5-212"
12-0"
4'-83/4'
1Y-31/4"
40FEET
5-91/2'
5-21/2
T-10"
11'-61/4'
T-1"
13'-412"
5-53/4'
16.3/4"
5.1112"
15-7 V4'
60 FEET
10- 3/4"
11' - 3/4'
S- U4'
1r-71/4"
5 - 2 Ur
15-912"
T-812'
12-r
5-113/4'
19 - 6 1/4"
80 FEET
11'-212"
12-83/4'
10- 3/4'
15.612'
C-21/4"
1T-113/4'
8-63/4"
20-13/4"
T-1012"
22-112"
70 FEET
12-234'
14'-31/4'
1P- 1M"
1T-4"
10-1"
15 - 11 3/4'
9'-33/4"
22'-41/4'
5 - 8 1/4'
24'-61/4"
80 FEET
13'-2'
15-812'
11'-1012'
15-113/4"
10-1034"
21'-10
10-1'
24'-4314"
5-6"
25-83/4"
90 FEET
14'- 12"
1T- 12'
12-81/4"
20-812"
11'-73/4"
23'-T
10-93/4"
25-33/4"
10-11/4"
25-912'
100 FEET
14'-1012'
15-39/4'
19'-51/2'
22-r
12-41H'
25-23/4'
1T-53/4'
25-112'
10-9"
30'-9'
INTERMEDIATE RADII CAN BE INTERPOLATED
DETECTABLE WARNING
PATTERN AREA SHALL BE
YELLOW, IN COMPLIANCE
WITH STD. SPEC. 8-14.3(3)
MIN.
MAX.
A
1 618"
2 3/8
e
6/8"
112"
c
7/16'
3/4"
D
7/8"
1 7/16"
BUFFER STRIP
VARIES 0 TO W
TOP OF
ROADWAY
CEMENT CONCRETE
PEDESTRIAN CURB
(SEE STD. PLAN F-1)
}
DETECTABLE WARNING
PATTERN (SEE DETAIL)
SECTION
TOP OF
ROADWAY
DEPRESSED
CURB & GUTTER
(SEE NOTE 4)
SECTION
CEMENT CONCRETE
CURB & GUTTER
(SEE NOTE 4)
ELEVATION
TRUNCATED DOMES (SEE NOTE 8)
DETECTABLE WARNING
PATTERN DETAIL
NOTES
1. This layout is used to provide access to a single crosswalk
parallel to the major street The bid Item "Cement Conc.
Sidewalk Ramp Type 4B" does not include the adjacent Curb
(or Curb & Gutter), the Sidewalk, or the Cement Conc. Ped-
estrian Curb.
2. Ramp slopes shall not be steeper than 12H:1V.
3. Avoid placing drainage structures, junction boxes or other
obstructions in front of ramp access areas.
4. Curb & Gutter is shown, see the Contract Plans for the curb
design specified. See Standard Plan F-1 for curb details.
5. See Std. Plan F-3 for sidewalk joint placement and details.
8. Detectable warning pattems may be created by any method
that will achieve the truncated dome dimensions and spacing
shown.
ISOMETRIC VIEW
1 EXPIRES MAY 16, 2005
SIDEWALK RAMP TYPE 4B
WITH LAYOUT
STANDARD PLAN F -3e
SHEET 1 OF 1 SHEET
APPROVED FOR PUBUCATION
Harold J. Paterfeso
02-09-05
HIMPLY/MBI+ riEOffIM vswnwwa1iai.1.1124• NITOM/
•r n. wrwrumnaewmrr/rnrwn"MMr •rnarrrrwm
wnianor.
VIM MOON Bae urz
Wm*Ysepan raa. aprimrMd TarprlmMn
N 11111 111111 111111 IN 1 11111 111111 N MI NM MN 1 11111 N EN UN N
WOOD POST FASTENERS
SIZE / TYPE
QUANTITY
WASHERS
LOCKNUTS
3/8' DWd. • 4 3/4" BOLT
2
4
2
3/8" DIAM. • 314" BOLT
4
8
4
3118' DAM. • 1" SCREW
4
a
4
MAILBOX - SIZE 1, 1A
OR 2 (SIZE 1A SHOWN)
(SEE TABLE, SHEET 2,
FOR DIMENSIONS)
31E • 1' PHILLPS HEAD
SCREW, 2 WASHERS,
MD LOCKNUT I FFH
NYLON INSERT (TYP.)
4 SETS MIN.
PLATFORM (SEE DETAIL,
SHEET 2, SEE NOTE 2)
1 1r2
BRACKET (TYP.)
(SEE DETAIL,
SHEET 2)
7/18' HOLE (TYP.)
4 • 4 WOOD POST (SEE
STD. SPEC. 428.14(1))
WOOD POST ASSEMBLY DETAIL
(SEE STEEL POST ASSEMBLY DETAIL
FOR SPECIFICATIONS NOT SHOWN)
ADDITIONAL WASHERS
AS REOUIREO TO
FILL GAP (TYP.)
3/8" • 4 314' HEX HEAD
BOLT, 2 WASHERS &
LOCKNUT, LENGTH
TO FR (TYP.)
STEEL POST FASTENERS
SIZE / TYPE
QUANTITY
WASHERS
LOCKNUTS
3/8" DIAN. • 2 3/4" BOLT
2
4
2
3/8' DIAM. • 3/4" BOLT
4
8
4
3/18' DIAM. • 1' SCREW
4
B
4
1 7/8" M -CLAMP
2
4
4
NOTES
1. A socket and wedge anchoring system, that meets the NCHRP 350 crash test
criteria may be substituted In lieu of the anti -twist plate designs shown. Anti -
twist plates are not required for wood post installations.
2. The platform design ahown on this plan features slots that accomodate several
types of mailbox supports, only those slots necessary for assembling the type
being installed are required. An adjustable platform may be used in lieu of this
design, but it must fit the bracket design shown on this plan. Brackets are
required for all single -poet Installations. Field drilling may be necessary.
3. Center the mailbox on the platform to ensure space for the mailbox door to
open and to allow space for Installing the fasteners (See ALIGNMENT
DETAIL Sheet 2). Spacing of mailbox mounting holes varies among man -
PLATFORM ufadurers. Attachment of the mailbox to the platform may require drilling
(SEE DETAIL, additional holes through the mailbox to fit the platform.
SHEET 2, SEE
NOTE 2) 4. Attach a newspaper box to a steel post with two 1 7/8" Muffler Clamps spaced
4" apart Field drill 7/18" holes In the newspaper box to fit Use 2 1/2" x 1/4"
lag bolts to attach newspaper boxes to wood posts. Newspaper boxes must
not extend beyond the front of the mailbox when the mailbox door la dosed.
i
3/8" • 3/4" HEX BOLT
2 WASHERS AND
LOCKNUT (TYP.)
1 1/2"
4'
5. A Type 2 Support (Standard Plan H -12a) Is required when 2 or more mail-
boxes are to be installed on one support
3/8" • 2 3/4" HEX BOLT
2 WASHERS 8
LOCKNUT (TYP.)
BRACKET (TYP.)
(SEE
AIL
SHEET 2)
MOIR u•x xo"m.o uoa..n rvr.0 vence m.urwa
LINO. .prow0•r�wrruMMINIO�.AMIL0412rr..ond
AT mn•.rnwrw.•vsar.m• •
uc•i.asr.
ANTI -TWIST PLATE (SEE DETAIL,
SHEET 2, SEE NOTE 1)
7/MB" HOLE
(TYP.)
7118" HOLE (TYP.)
STEEL POST (SEE
STD. SPEC. 9-32.1)
3/8"• 23/4' HEX
BOLT, NUT & 2
WASHERS (TYP.)
ANTI -TWIST PLATE (SEE DETAIL,
SHEET 2, SEE NOTE 1)
1 7/8" MUFFLER CLAMP (1 7/B' 14 -CLAMP)
2 LOCKNUTS 8 2 WASHERS (TYP.)
STEEL POST ASSEMBLY DETAIL
STEEL POST
ALTERNATE
ANTI -TWIST PLATE
DESIGN
3'
1E WIRES JULY 24, 20061
MAILBOX SUPPORT
TYPE 1
STANDARD PLAN H-12
SHEET 1 OF 2 SHEETS
APPROVED FOR PUBLICATION
Harold J. Poterfeso 02-25-05
IRATE DEVON ENOL®1 M'
WadihOn Stab D•pnbrn at Trenspancelen
EXPIRES JULY 24, 20061
Nr N--- EN -- EN 1-- r- I S r 111111 111111
MAILBOX & PLATFORM DIMENSIONS
SIZE
MAILBOX DIMENSIONS
PLATFORM DIMENSIONS
L
W
H
L
W
11
1
ir
61rr
81?
ir
r
r
1A
21•
r
10112
1r
71?
1•
2
24*
111/?
13112
21•
11•
1•
7/18 1 l/4
SLOT (TYP.)
1
7 W SYMMETRICAL ABOUT
CENTERLINE
I �
j
8/1S• t 1 ,N•
SLOT (TYP.)
I I
0
0
618- R (TYP.)
TOP
-.{ �r �• SWAM. MIT
1
T- 1
SIDE
PLATFORM DETAIL
FRONT
SIDE
END
1H• t S/8•
SLOT (TYP.)
HOLE PLACEMENT FOR
ALTERNATE DESIGN (TYP.)
ANTI -TWIST PLATE DETAIL
BRACKET DETAIL
ISOMETRIC
AT EDGE OF
SHOULDER
NEWSPAPER BOX
- SEE NOTE 4
ANTI-TNAST PLATE - SEE DETAILS
SHEETS 1 & 2, SEE NOTE 1
mere oa.rIIIIII fICraraa 1.
IMAM" OVIIT�insw�rwo natssraxoa
wart..
FACE OF CURB Z�
in
CURB TYPE
VARIES
r
I I
F`3'- 3• MIN. O.C. _
POST TO POST
VARIABLE VARIABLE
0" TO ,Y 0" TO 12•
BACK OF SIDEWALK
v
1
BEHIND CURB
STEEL OR
WOOD POST
* UNLESS OTHERYNSE SHOWN IN THE PLANS
MAILBOX PLACEMENT SECTIONS
4'-7MIN.
SIDEWALK
MAILBOX
BEHIND SIDEWALK
STEEL OR
WOOD POST
MAILBOX, PLATFORM, & POST
MAILBOX MOUNTING HOLE (TYP.)
SPACE PROVIDED ON BOTH
ENDS TO ALLOW ACCESS TO
FASTENERS (SEE NOTE 3)
VW0i;7•111 Vv
41
STEEL POST
WOOD POST
POST PLACEMENT DETAIL
PLATFORM
ALIGNMENT DETAIL
MAILBOX SUPPORT
TYPE 1
STANDARD PLAN H-12
SHEET 2 OF 2 SHEETS
APPROVED FOR PUBLICATION
Harold J. Poterleso 02-25-05
STATE scow aqsEER GTE
WdJnplen Vole OtyaerN d Tarpsld4w
all MS 1 Mw EN UN NE EN— NM IN MN r r all I MI 111111
MAILBOX - SIZE 1, 1A, OR 2
(SIZE 1A SHOWN) (SEE TABLE,
STD. PLAN H-12, SHEET 2,
FOR DIMENSIONS)
9118' • 1' PHILIPS HEAD SCREW,
2 WASHERS, AND LOCI04VT
WITH NYLON INSERT (TYP.)
4 SETS MIN.
ADDITIONAL WASHERS
- AS REQUIRED TO
FILL GAP (TYP.)
SNOW GUARD - WHEN REQUIRED
(SEE DETAIL SHEET 2)
PLATFORM - SEE NOTE 3
TYPE 2 MAILBOX SUPPORT
(SEE STD. SPEC. 932.7)
ASSEMBLY DETAIL
MAILBOX
NOTES
1. The anchoring system shall meet NCHRP 350 crash test criteria. Use a socket
and wedge system, or the anchoring system supplied by or recommended by
the Type 2 Support manufacturer.
2. A maldmum of 5 mailboxes may be installed on a Type 2 Support
3. The Platform design shown In thls plan Is detailed In the PLATFORM DETAIL,
Standard Plan 11-12, Sheet 2. This design features slots that accomodate several
types of mailbox supports; only those slots necessary for assembling the type
being installed are required. An adjustable platform may be used in lieu of this
platform design. Adjustable platfoLma must ft the 1 7/8° M -Clamp.
4. Center the mailbox on the platform to ensure space for the mailbox door to open
and to allow space for Installing the fasteners (See ALIGNMENT DETAIL).
Spacing of mailbox mounting holes varies among manufacturers. Attachment of
the mailbox to the platform may require drilling additional holes through the
mailbox to fit the platform.
5. Attach a newspaper box to a Type 2 Support with two 1 7/5" Muffler Clamps
spaced 4" apart. Field drill 7/18' holes In the newspaper box to fit Newspaper
boxes must not extend beyond the front of the mailbox when the mailbox door
Is dosed.
MAILBOX PLATFORM
b SUPPORT
MAILBOX MOUNTING HOLE (TYP.)
SPACE PROVIDED ON BOTH
ENDS TO ALLOW ACCESS TO
FASTENERS (SEE NOTE 4)
PLATFORM
ALIGNMENT DETAIL
SEE NOTE 4
(EXPIRES JULY 24. 2006
MAILBOX SUPPORT
TYPE 2
STANDARD PLAN H -12a
SHEET 1 OF 2 SHEETS
APPROVED FOR PUBUCATION
Harold J. Peteifeao 02-25-05
MIR IMN YOULNIAL esav/Emr,Aaa l IS�°,a,nz
>Kw0•11. MOonn�INro�r°rTamra°w 114710a1�vrati
Alnarnrm,AunAnVIMINT "MN ACOPY MYWO/WM
STATE DODOS EIgEZER DATE
ANL
Washington Mato Woodman d Transportation
M
i i i i i i i i i i i i i i i i i
1'1 8- JI
UB V (TYP) i 1' • 1' • US' ANGLE
I
/
O
JODODODODODODODOTOVOODODODOd000000000000000000000000000000(
000000000000000 000000000000000
)000000000000000 00000000000000(
000000000000000 000000000000000
000000000000000 00000000000000(
000000000000000 000000000000000
000000000000000000000000000610060600600016 0016O06001O0060060�
nnnnnnn nnnnnn nnnnnnnnnonnnn�
Tn >n, \
4)
17 RAISED
EXPANDED METAL
3
FRONT VIEW
7/18' DIAM. (TVP.) 1 1l/4' 1 1M
Ea
MUFFLER
CLAMP
BOTTOM VIEW
SNOW GUARD DETAIL
ANGLE IRON
1/2' RAISED
EXPANDED
METAL
1/8 ' 1- 4
SECTIONAO
F
4'-YMIN.
MAILBOX SUPPORT TYPE 1
(WOOD POST SHOWN)
FOR DETAILS
SEE STD. PLAN H-12
EDGE OF SHOULDER
OR TURNOUT
AT EDGE OF
SHOULDER
J VARIABLE
0' TO 12"
FACE OF CURB
CURB TYPE
VARIES
BEHIND CURB
* UNLESS OTHERWISE SHOWN IN THE PLANS
MAILBOX PLACEMENT SECTIONS
4'-YMIN.
BACK OF SIDEWALK
SIDEWALK
(PAPER BOX
°NOTES
*ANCHORING SYSTEM -
(SOCKET AND WEDGE SHOWN)
SEE NOTE 1
MAILBOX SUPPORTS TYPE 2
SPACING DETAIL
10
VARIABLE
0' TO 12
1
BEHIND SIDEWALK
SNOW GUARD - WHEN REQUIRED,
PLACE ON LEADING END OF
SUPPORT (SEE DETAIL)
[EXPIRES JULY 24, 20061
MAILBOX SUPPORT
TYPE 2
STANDARD PLAN H -12a
SHEET 2 OF 2 SHEETS
APPROVED FOR PUBLICATION
Harold J. Patoifoso 02-25-05
waA.rw 1ma.vrAwraaroocawan
Arn. a PMEM,n.ea,S.,o1W ,n rulfSYKwCMS
ATmwuwitelIFM 1rronw�v.Moa Amnwrrmvm
154114(9.7.
RATE 068101 MODEM aT.
Ank
Wadingien I. Tromparkiian
12" MIN. DISTANCE REQUIRED
TO REMOVE DOOR
ADJUSTABLE FOR 1 1/4'
THROUGH 2" PIPE
PHOTOELECTRIC
NG PAD
2" NPS,SCH. 40,
2 3/8" 0.D. TENON
6'
(TYP.)
OR OTHER LENGTH AS SPECIFIED
DAVIT ARM 6063-T6 ALUM. TAPERED
6" X 3 1/2' X 188" WALL, SATIN
GROUND FINISH, 80 GRIT.
M400A CUTOFF POWR./DOOR LUMINAIRE
USE WATTAGE 400HPS
(TYPICAL)
NOT TO SCALE
ELIMINATE ALL SLACK
INSULATED GROUNDING
BUSHING
INSTALL COMPLETE WITH
BOLT COVERS
HANDHOLE
BOND
2' NOM GROUT PAD
WITH 1/2' DRAIN HOLE
FLUSH WITH i
SIDEWALK
•n +
•
j.
QUICK DISCONNECTS
(STD. SPEC. 9-29.7)
11 " MAX
\ 1" CHAMFER
ANCHOR BOLTS
•
14 REBAR
•
1" CONDUIT
R=5.-9"
SLIPOVER JOINT, -SHAFT INSERTED 12"
INTO DAVIT ARM, (2) 5/8" X 7' LG. S/S
HEX HEAD BOLTS, -NUTS. FLATS &
LOCKWASHERS LOCK THE ASSEMBLY.
6063-T6 ALUM SHAFT TAPERED
8" X 6' X .250 WALL
SATIN GRUOND FINISH, 80 GRP'
4' X 6" FLUSH HANDHOLE C/W S/S
HARDWARE & GROUND WIRING
CAST ALUM. SHOEBASE (COMPLETE)
STREET LIGHT BASE SHALL BE FLUSH WITH
SIDEWALK AND/OR CURB
CURB \\
18' (MIN.) BELOW TOP OF GRADE
PORTLAND CEMENT CONCRETE CL. 3000
3'
SQUARE
WIRING DETAIL LIGHT STANDARD
(TYPICAL)
NOT TO SCALE
8.5'
STREET LIGHT POLE
NOT TO SCALE
0
n
APPROVED. 10-8-03
CITY OF YAKIMA - STANDARD DETAIL
30' ALUMINUM STREET LIGHT
El
C2
TESTISWITCHI
120 V •
PHOTO ELECTRICAL
CONTROL
I
WIRING DIAGRAM FOR LIGHTING CONTROLS
STEEL TRAFFIC SIGNAL POLE
MYER'S HUB
STREET LIGHTING
CONTACTOR ENCLOSURE
ENTRANCE TO POLE
FINISHED GRADE
11 1
Om-
lir
I-1
\_... IN SERVICE
EQUIPMENT
1 1/4" RIGID STEEL CONDUIT TO 3—WIRE
WEATHERHEAD (3) AWG NO. 2 CU. THW
PHOTO—ELECTRIC CONTROL AT APPROX.
33 FT. MOUNTING HEIGHT
3/4" RIGID STEEL CONDUIT,
(3) AWG NO. 14 THW
METER BASE — TYPE AS REQUIRED BY PP&L
MYER'S HUB
LOCKABLE SERVICE EQUIPMENT
2" RIGID STEEL CONDUIT (ALL EXPOSED
CONDUIT IS RIGID STEEL)
AWG NO. 6 COPPER GROUND
APPROVED GROUND CLAMP
I
2 — 2" SCH 40 CONDUIT i
TO JUNCTION BOX
5/8"x10' COPPER—WELD GROUND ROD
STEEL SWEEP ELBOWS
Es ELECTRICAL SERVICE (120/240) w/ LIGHTING CONTROLS
City of Yakima — Engineering Division
APPROVED: 1.13.00
CITY OF YAKIMA - STANDARD DETAIL
ELEC. SERVICE W/ LIGHTING
E8
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
COVER
P
9
3/8" — 16NC
HEX BOLT
w/ WASHER
CARRIAGE BOLT
w/ WASHER
BOX
C
SKID RESISTANT
SURFACE
JUNCTION BOX
JUNCTION BOX
D E
DIMENSIONS (INCHES)
COVERS
A
B
C
WT. LBS.
TYPE 1
25 1/4
14 1/4
3/4
30
TWE 2
31 1/8
18 1/4
3/4
50
NOTE
1. JUNCTION BOXES AND COVERS SHALL BE CONSTRUCTED OF POLYMER CONCRETE
GRAY IN COLOR, REINFORCED BY A HEAVY—WEAVE FIBERGLASS. COVERS SHALL
BE RATED FOR A MINIMUM SURFACE LOAD OF 15,000 LBS, AND BOXES RATED
FOR A MINIMUM OF 8,000 LBS. OVER A 10" SQUARE AREA, MATERIAL COMPRESSIVE
STRENGTH SHOULD BE NO LESS THAN 11,000 P.S.I., COVERS SHALL HAVE A MIN.
COEFFICIENT OF FRICTION OF 0.5 AND HAVE THE LOGO "TRAFFIC SIGNAL" ON IT.
BOXES SHALL BE SIMILAR TO "COMPOSOLITE" AS MANUFACTURED BY QUAZITE
CORPORATION OR APPROVED EQUAL
E» JUNCTION BOX DETAIL
City of Yakima — Engineering Division
APPROVED: 9.20.99
CITY OF YAKIMA " STANDARD DETAIL
JUNCTION BOX DETAIL
Ell
DIMENSIONS (INCHESH
WT. LBS.
S
J
K
TYPE 1
27
1/4
16
1/4
12
12 3/4
23 3/4
1/2
11
1/4
47
TYPE 2
33
1/8
20
1/8
12
16 3/8
29 3/8
1/2
11
1/4
56
NOTE
1. JUNCTION BOXES AND COVERS SHALL BE CONSTRUCTED OF POLYMER CONCRETE
GRAY IN COLOR, REINFORCED BY A HEAVY—WEAVE FIBERGLASS. COVERS SHALL
BE RATED FOR A MINIMUM SURFACE LOAD OF 15,000 LBS, AND BOXES RATED
FOR A MINIMUM OF 8,000 LBS. OVER A 10" SQUARE AREA, MATERIAL COMPRESSIVE
STRENGTH SHOULD BE NO LESS THAN 11,000 P.S.I., COVERS SHALL HAVE A MIN.
COEFFICIENT OF FRICTION OF 0.5 AND HAVE THE LOGO "TRAFFIC SIGNAL" ON IT.
BOXES SHALL BE SIMILAR TO "COMPOSOLITE" AS MANUFACTURED BY QUAZITE
CORPORATION OR APPROVED EQUAL
E» JUNCTION BOX DETAIL
City of Yakima — Engineering Division
APPROVED: 9.20.99
CITY OF YAKIMA " STANDARD DETAIL
JUNCTION BOX DETAIL
Ell
N
1
,)W SUBGRADE
BACKFILL AND CONDUIT BEDDING
• .:' k• MATERIAL SHALL BE COMPACTED
'•" CRUSHED SURFACING TOP COURSE.
•W; •tM
2" OR 3" SCHEDULE 40 CONDUIT(S)
AS SHOWN ON PLANS
CONDUIT TRENCH SECTION
City of Yakima — Engineering Division
APPROVED: 1.13.00
CITY OF YAKIMA - STANDARD DETAIL
CONDUIT TRENCH SECTION
E14
r Ns me mu me am ma um me um ow on Ns me u Ims um
G20 -2A
CHANNELIZING DEVICE SPACING (FEET)
(EXCEPT FOR FLAGGING REQUIREMENTS)
MPH
TAPER
TANGENT
50/65
40
80
35/45
30
60
25/30
20
40
END
ROAD WORK
G20 -2A
SIGN SPACING = X (FEET)
BUFFER SPACE . B
RuralRoads 45/55 MPH
500'+ -
Urban Arterials & 35/40 MPH
Rural Roads
350'+ -
Rural Roods
Urban Streets 25/30 MPH
Residential Areas &
Business Districts
200'+ -
Allsigns are block on orange
unless otherwise designated.
55
•• OPTIONAL IF 40 MPH OR LESS
W20 -7A
••W20 -7B
W20-4
W20-1
W20 -7A
•.W20 -7B
W20-4
W20-1
STOPSP-1
WAIT FOR 20'4,),( 16-
PILOT CAR C
R/W
USE THIS SIGN
IF NO FLAGGERS
ARE ON DUTY.
END
ROAD WORKS
G20 -2A
LEGEND
CI SIGN LOCATION - TRIPOD MOUNT
0 0 0 TEMPORARY TRAFFIC CONTROL DEVICES
44
FLAGGING STATION
PROTECTIVE VEHICLE
(WHEN SPECIFIED IN CONTRACT)
EXISTING STOP BAR
FOR PILOT CAR OPERATIONS THE
FOLLOWING SIGNS SHALL BE
REOUIRED TO SUPPLEMENT THE
SIGNS SHOWN ON THIS PLAN.
SP -1
G20-4 20" X 16"
36" X 18" 4" C
R/W
PILOT CAR
FOLLOW ME
(ON PILOT CAR)
(FOR ROAD APPROACHES
AS NEEDED)
STOP
WAIT FOR
PILOT CAR
NOTES
1. FLAGGER STATIONS SHALL BE ILLUMINATED DURING
HOURS OF DARKNESS.
2. EXTEND DEVICES TAPER ACROSS SHOULDER.
3. SIGN SEOUENCE IS THE SAME FOR BOTH DIRECTIONS
OF TRAVEL ON THE HIGHWAY.
4. RADIO COMMUNICATION RECOMMENDED BETWEEN
FLAGGERS. REQUIRED IF FLAGGERS DO NOT HAVE CLEAR
VISION OF EACH OTHER.
BUFFER DATA
BUFFER SPACE . B
SPEED IMPHI
25
30
35
40
45
50
55
LENGTH Ifeetl
55
85
120
170
220
280
335
PROTECTIVE VEHICLE ROLL AHEAD DISTANCE = R
VEHICLE
TYPE
TYPICAL VEHICLE
LOADED WEIGHT
ILBSI
POSTED
SPEED
(mph)
STATIONARY
OPERATION
(feet)
4 YARD
DUMP TRUCK
24.000
50-55
75
45
50
2 TON
CARGO TRUCK
15,000
50-55
100
45
75
I TON
CARGO TRUCK
10.000
50-55
150
45
100
ROLL AHEAD STOPPING ()STANCE ASSUMES DRY PAVEMENT.
!EXPIRES NOVEMBER 23.20031
ALTERNATING ONE-WAY
TRAFFIC FLAGGER CONTROLLED
OR PILOT CAR CONTROLLED
STANDARD PLAN K-3
SHEET 1 OF 1 SHEET
APPROVED FOR PUBLICATION
Harold J. Paterfaso 12-20-02
M»ia�.0,r�nsewr •ee.Mw is u9.1104 KEPI
11e111Mi1011AllLaMlells IMMITIlAma •mrrWYrrAl.o
RAT. MEMepi®1 Mn
VIs i glen tide Windward a TM.yrkden
1
1
1
1
1
1
1
1
1
1
1
1
t
1
1
VICINITY MAP
SCALE 1"=2000'
PLAN DISCLAIMER
UNDERGROUND FEATURES SHOWN HEREON REPRESENT
BEST AVAILABLE INFORMATION AS OBTAINED FROM LOCAL
RECORDS AND VISIBLE SURFACE EVIDENCE. THE CONTRACTOR
IS CAUTIONED TO VERIFY THE LOCATION AND DEPTH OF ALL
UNDERGROUND FACILITIES. STATE LAW REQUIRES THAT ALL
EXCAVATION WORK MUST BE PROCEEDED BY NOTIFICATION TO
ALL OWNERS OF UNDERGROUND FACILITIES THROUGH A ONE
NUMBER LOCATOR SERVICE. 1-800-553-4344
EXPIRES 11/17/2005
Washington Avenue
Widening / Reconstruction
S. 72nd Avenue to S. 52nd Avenue
City of Yakima Job Nos. 1957 & 1958.
Median Removal / Reconstruction
S. 24th Avenue to S. 16th Avenue
City of Yakima Job No. 2124
Federal Aid Project Numbers
STPUS-4558(006) TIB# 8-4-039(019)-1 TIB# 9-E-039(007)-1
SHEET INDEX
Station Limits
Sheet
From
To
Description
1
Legend, Luminaire Schedule, Notes
2
8+05.18
13+00
Plan & Profile Washington Ave
3
13 +00
18 +00
Plan & Profile Washington Ave
4
18 +00
23 +00
Plan & Profile Washington Ave
5
23 +00
28 +00
Plan & Profile Washington Ave
6
28 +00
33 +00
Plan & Profile Washington Ave
7
33 +00
38 +00
Plan & Profile Washington Ave
8
38+00
43+00
Plan & Profile Washington Ave
9
43+00
48+00
Plan & Profile Washington Ave
10
48+00
53+00
Plan & Profile Washington Ave
11
53+00
58+00
Plan & Profile Washington Ave
12
58+00
63+00
Plan & Profile Washington Ave
13
63+00
68+00
Plan & Profile Washington Ave
14
68 +00
73+00
Plan & Profile Washington Ave
15
73 +00
78+00
Plan & Profile S 64th Ave
16
8 +25
11+25
Plan & Profile S 64th Ave
17
191+00
202+00
Median Removal 1 Repair Plan
18
202+00
212+00
Median Removal / Repair Plan
Yakima
All -America Citv
-1994
August 2005
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
LUMINAIRE SCHEDULE
Luminaire #
Station
Offset
Mnt Ht
Lamp Watts
Arm Length
1
9+85
EXIST
EXIST
250W HPS
EXIST
2
11+22
37.5 RT
35
250W HPS
8' *
3
12+36
33.5 LT
35
250W HPS
8'
4
13+50
37.5 RT
35
250W HPS
8' *
5
14+61
33.5 LT
35
250W HPS
8'
6
15+72
37.5 RT
35
250W HPS
8' *
7
16+97
33.5 LT
35
250W HPS
8'
8
18+23
37.5 RT
35
250W HPS
8' *
9
19+49
33.5 LT
35
250W HPS
8'
10
20+76
37.5 RT
35
250W HPS
8' *
11
22+03
36.5 LT
35
250W HPS
8'
12
23+29
42.0 RT
35
250W HPS
8' *
13
24+35
38.5 LT
35
250W HPS
8'
14
25+84
42.0 RT
35
250W HPS
8' *
15
27+05
37.5 LT
35
250W HPS
8'
16
28+41
42.0 RT
35
250W HPS
8' *
17
29+75
37.5 LT
35
250W HPS
8'
18
30+94
42.0 RT
35
250W HPS
8' *
19
32+45
39.0 LT
35
250W HPS
8'
20
33+40
42.0 RT
35
250W HPS
8' *
21
35+00
42.0 RT
35
250W HPS
8' *
22
35+95
41.5 LT
35
250W HPS
8'
23
36+87
41.0 RT
35
250W HPS
8' *
24
38+09
41.0 LT
35
250W HPS
8'
25
39+31
40.3 RT
35
250W HPS
8' *
26
40+55
41.0 LT
35
250W HPS
8'
27
41+67
39.5 RT
35
250W HPS
8' *
28
42+84
41 0 LT
35
250W HPS
8'
29
44+00
41.0 RT
35
250W HPS
8' *
30
45+16
41.0 LT
35
250W HPS
8'
31
46+31
41 0 RT
35
250W HPS
8' *
32
47+50
41.0 LT
35
250W HPS
8'
33
48+68
41.0 RT
35
250W HPS
8""
34
49+85
41.0 LT
35
250W HPS
8'
35
51+00
41.0 RT
35
250W HPS
8' *
36
52+03
41 0 LT
35
250W HPS
8'
37
53+05
41.0 RT
35
250W HPS
8' *
38
54+37
41.0 LT
35
250W HPS
8'
39
55+68
40 7 RT
35 .
250W HPS
8' *
40
56+84
41.0 LT
35
250W HPS
8'
41
58+00
41.0 RT
35
250W HPS
8' *
42
59+17
41.5 LT
35
250W HPS
8'
43
60+35
41.0 RT
35
250W HPS
8' *
44
61+56
41.5 LT
35
250W HPS
8'
45
62+67
41.0 RT
35
250W HPS
8' *
46
63+83
41.5 LT
35
250W HPS
8'
47
64+99
41.0 RT
35
250W HPS
8' *
48
66+35
41.5 LT
35
250W HPS
8'
49
67+71
41.0 RT
35
250W HPS
8' *
50
68+68
41.5 LT
35
250W HPS
8'
51
69+64
41.0 RT
35
250W HPS
8' *
52
70+79
41 0 LT
35
250W HPS
8'
53
71+95
41 0 RT
35
250W HPS
8' *
* LUMINAIRE ARM MOUNTED TO PP&L POLE (MNT HT MAY VARY)
Federal Aid Project Numbers
STPUS-4558(006) TIB# 8-4-039(019)-1 TIB# 9-E-039(007)-1
LEGEND
NEW 41MM.
x
SD
T
P
w
CAS
s
s
x
WED
■
0.
s
o
PV
IPTI
EXISTING RIGHT OF WAY
NEW RIGHT OF WAY
EX. EDGE OF PAVEMENT
NEW STORM DRAINAGE
EX. U/G TELEPHONE
EX. U/G POWER
EX. WATERMAIN
EX. GAS LINE
EX. FENCE
NEW FENCE
EX. SAN SEWER
NEW SAN. SEWER
EX.
EX.
EX.
EX.
EX.
EX.
FIRE HYDRANT
WATER VALVE
WATER METER
MAILBOX
TELEPHONE PEDESTAL
YARD LIGHT
NEW STREET LIGHT
NEW CATCH BASIN (TYPE 1 OR
NEW TYPE 2 CATCH BASIN
EX. SEWER MANHOLE
NEW SEWER MANHOLE
EX.
EX.
EX.
EX.
EX.
CATCH BASIN
GAS METER
POWER VAULT
PAD MNT TRANSFORMER
TREE
NEW ASPHALT PAVEMENT
NEW CONC. SIDEWALK
GENERAL NOTES
1L)
1 ALL ROADWAY DIMENSIONS SHOWN ON PLANS ARE TO BACK OF CURB
2. SECTIONS OF THE EXISTING WASHINGTON AVENUE MAY BE CLOSED AS A
CLOSED AS A PART OF THIS PROJECT
3 ACCESS TO EXISTING RESIDENCES AND BUSINESSES MUST BE MAINTAINED
DURING THE COURSE OF THE PROJECT
4 SIGNPOST SOCKETS WILL BE FIELD LOCATED BY CITY FORCES
5. ASPHALT ROADWAY PAVEMENT WITHIN LIMITS OF NEW
ROADWAY IS TO BE REMOVED
6. MAILBOX SUPPORTS ARE TO BE FIELD LOCATED
7 CITY FORCES WILL PERFORM STRIPING ON ENTIRE PROJECT
8. ELECTRICAL LIGHTING CIRCUITS & SVC. DROP LOCATIONS
TO BE DESIGNED & CONSTRUCTED BY CONTRACTOR
8-03-05
CONSTRUCTION NOTES
INSTALL STREET LIGHT BASE & POLE AT LOCATION SHOWN
CITY FORCES WILL INSTALL LUMINAIRE & ARM TO MOVED PP&L POLE.
PP&L WILL MOVE POLES AS NECESSARY & ENERGIZE LIGHTS
ADJUST TO GRADE
TO BE RELOCATED BY CITY FORCES
RELOCATE MAILBOX TO LOCATION DETERMINED IN FIELD
TO BE RELOCATED BY OTHERS
TO BE REMOVED BY OTHERS
INSTALL MONUMENT, CASE & COVER
RELOCATE ORCHARD DRAIN & TIE INTO EX. 6" DID PIPE AS SHOWN
RELOCATE TO LOCATION DETERMINED IN FIELD
REMOVE TREE
REMOVE TOP SECTION OF CONC. STANDPIPE & PUT CONC. SLAB
WITH MANHOLE RISER AT ELEV. SHOWN IN PROFILE
INSTALL 2 - 2" & 1 - 3" CONDUITS. CAP AND MARK END LOCATIONS.
INSTALL STREET LIGHT SERVICE
CONSTRUCT WHEELCHAIR RAMP PER DETAIL
CONSTRUCT ASPHALT RAMP AT END OF SIDEWALK (6.5 x 6' typ.)
INSTALL ASPHALT APRON TO EX. DRIVEWAY AS SHOWN (5' TYP.)
RE -SET EXISTING FENCE AT RIGHT OF WAY LINE
EXPIRES 1 1 /17/2005
ELEVATION DATUM:
E. 1/4 CORNER SECTION 33, T 13 N., R. 18 E.,W.M.
FOUND 3/8"x3/8" SQ. BRASS PEG IN CONC.
ELEVATION = 1114 44
O
Ei�
m
} 'i
O c
0)
0 L
cNi
0
a)
CC
CO
0
E
a)
CC
co
=o
a>
CO
LC)
rn
06
rs
rn
ui
O
U
a)
.o
0
>
cv
E
0
U
H
uJ
U
a)
0
m
is
U
co
o)
a)
0
0
a
0 O
NJ
a)
0
0
m
U_
0)
m
Construction Notes
Legend - General Notes
Luminaire Schedule
1
18
FEDERAL AID NOS.
STPUS-4558(006)
TIB# 8-4-039(019)-1
TIB# 9-E-039(007)-1
7028
D & MERLA R THYSELL
181332-13428
7024
TONY S & EVINA OTT
181332-13427
GERALD"L & JOY L FOY
181332-13426
WOOD FENCE
MILFRED KOLIHA TRUSTEE
181332-13425
WOOD FENCE r R/w
GARY F & NANCY KORESKI
181332-13424
REMOVE -
8" STUB
GRAVEL
w CONC. SIDEWALX
18" DMD MH
5"
EXSSSMH
SSMH,
END 15"
STUB D1D
ASPHALT
TPED
TELLEE MH
P
8+70.65 (40RT)
ROBERT A & JOAN M BALL
w
181332-42001
1170
EX. SSMH #30
STA. 8+12.53 (5' RT)
RIM ELh.= 1170:40
I.E. 15 OUT = 1163.45
---1.E 1.5" IN = 11.63.55
EXIST. CB
STA. 9+94.8 (25' .RT.).
GRATE EL. =1166.83
lE OUT =1163.17
-1.589'
DID MH ;1
10+39.59 (30' RT)
v:. 10+39.71 (40' RT)
w.
WELL
HOUSE
6" THICK Sly
(40' RT.)
EXIST. CB
STA. 9+95.64 25 LT.
GRATE EL. =11.6.80
IE IN =1162.87 PVI STA = 10+50
mantas 11/17/2005
STA. 8+ 2.59 8.1 LT
GRATE EL.= 11.9.77
I.E. 18" OUT = 1160.03
NEW
PVF ELEV = 1166.40
SSMH #31 )
STA. 1.1+41(48 (5 RT)
RIM EL.= 1165.25
I.E. 15" IN = 1159.50
I.E. 15" OUT = 1159.40
TBC LT & RT
EX. GROUND
CB: #51L (TYPE 1
STA. 12+23 (25 LT.)
GRATE EL. =1163.90
I.E. 12" OUT =1160.25
CB #51R (TYPE 1)
STA. 12+23 (25' RT.)
GRATE EL. =1163.90
I.E. 12" IN/OUT =1159.94
1155
BEGIN 15" STUB...,.,
STA. 7+64.3 5' RT.
I.E. 15" OUT=1163.79
CAP & MARK LOCATION
EX.
NEW
TBC LT
TBC RT
1170.5 1170.1
8+00
329.0 LF
- - -
328.5 LF
49 LF - 12"
S =0 0062 ft ft
EX. SSMH TO.
STA. 11+41.38 REMOVED
5 RT
RIM .EL. 1165.24
- - - �T I.E. 12" IN = 1160.27
SLOPE=O.b097 FT
L- ----- EX. 12_PVC
--_ 1279.8 LF --_--- 400.0BE
CORE EX. MANHOLE -------- SLOPE =0.0103 FT/FT - -----_
FQR 15" PIPE ---
- SLOPE= 0.0120 F- '1FT
1169.7
1169.71.
1169.56
1169.56
1169 4
1169.39
1169.24
1169.24
1169.1
1169.08
1168.93
1168.93
1168.8
1168.76
1168.61
1118.61
9+00
1168.5 1168.2 1167.9
1168.45 1168.13 1167.82
1168.30 1167.98 1167.67
1168.30 1167.981 1167.67
1167.6
1167.50
1167.35
1167.35
1167 2
1167 19
1167.04
1197.04
10+00
1167.0
1166.87
1166.72
1166.72
1166.7
1166.56
1166.41
1166.41 1
1166.5
1166.28
1166.13
1166.13
1166.3
1166.05
1165.90
1165.90
1166.1
1165.82
1165.67
11.67
11+00
1165.9
1165.59
1165.44
1165.44
1165.8 1165.5
1165.36 1165.13
1165.21 1164.98
1165.211 1164.98
1165.2
1164.89
1164.74
1164.74
-
M
6
8 8
A
50: L.F.- 12" CPE
S =0.0063 ft/ft
225.01 L.F.
18" DID
1165.0
1164 66
1164.51
1194.51
12+00
1164.7
1164.43
1164.28
1164.28
1164.5 1164.3
1164.20 1163.97
1164.05 1163.82
1164.051 1163.82
1164.1 1163.9
1163.74 1163.51
1163.59 1163.36
1163.59 1193.36
13+00
8-3-05
8
1
FEDERAL AID NOS.
STPUS-4558(006)
TIB# 8-4-039(019)-1
TIB# 9-E-039(007)-1
1
19.13' 19.61'
1
7008
WILSON & FLORENCE
COUSINEAU
181332-13423
RALPH D & 7004
RUTH WELCH
181332-13422
JAMES & TERESA CAMPBELL
181332-13421
1
1
1
1
6908
LOUIS R & DIANNE M
& JUSTIN R CASTILLEJA
'�j 181332-13549
`•, W000 ENLE
MARVLIN C & 6904
DOROTHY L TEGEN
181332-13548
181332-13547
MARGARET
SMITH
181332-13546
1
1
1
GRAVEL
CURB RETURN DATA
PC 14+74.44 (32' LT.)
1161.36
MC
1160.87
PT 15+12.43 (70.61' LT)
1160.38
R - 40' LEN 63.48'
T - 40.65° at.. 9015'23'
ROBERT A & JOAN M BALL
181332-42001
CURB RETURN DATA
PC 15+56.13 (50.6' LT.)
1160.28
MC
1160.19
PT 15+88.23 (32' LT)
1160.09
R.•40' L-62.09'
T - 39.26' .1 - 88'55'50'
N.-6" THICK S/W
1
EX. GROUND © Q.
-1} -
STA. 14+48 (25' LT.)
GRATE EL. =1161.29
__ I.E. 12" OUT =1158.12
CB ;52L TYPE 1
STA. 14+48 (25' R:T.)
GRATE EL. =1161.29
LE. 12" IN/OUT =1157.80
1
1
1
S =0.0095 ft/ft
PVI STA=15+25
PVI ELEV=1160.90
SSMH 32 48"
STA. 1 +41 5 _ RT
RIM EL.= 1160.63
I.E. 15" IN = 1155.20
I.E. 15" OUT = 1155.10
CB ;53R TYPE 1
STA. 16+98 25 RT.
GRATE EL. = 158.53
I.E. 12" IN/OUT =1155.00
CB ;53L TYPE 1
STA. 16+98 25 LT.
GRATE EL. = 158:53
I.E. 12" OUT =1155.32
SLOPE =0.0105 FT/FT
250.02 L.F.
1
STUB TO ROW
STA. 15+41 40 RT.
I.E. 8" OUT =1155.96
50 L.F.- 12" CPE
S =0.0064 ft/ft
SLOPE _ - - - - - SLOPE =0.0105 FT/FT
00103 FT/FT --� ----_ ---18" 010 .---
35LF-8"PVC
- -----_ ID
S =0.0050 ft ------
1
x. 1163.9
EW 1163.51
BC LT 1163.36
BC RT 1193.36
13+00
1163.6
1163.27
1163.12
1163.12
1163.3 1163.1
1163.04 1162.81
1162.89 1162.66
1162.89 [ 1162.66
1162.9 1162.6 1162.4 1162.2 1161.9 1161.7 1161.4
1162.58 1162.35 1162.12 1161.88 1161.65 1161.42 1161.19
1162.43 1162.20 1161.97 1161.73 1161.50
1162.43 1192.20 1161.97 1161.73 I 1161.50 1161.27 1191.04
14+00 15+00
1161.1 _ 1160.9 1160.6 1160.4
1160.96 1160.74 1160.52 1160.30
1160.81 1160.59 1160.37 1160.15
1160.2
1160.09
1159.94
1199.94
16+00
1159.8 1159.6
1159.65 1159.44
1159.50 1159.29
1159.501 1159.29
1159.4
1159.22
1159.07
1159.07
1159.2
1159.00
1158.85
1198.85
1159.0
1158.79
1158.64
1158.64
1158.8 1158.5
1158.57 1158.35
1158.42 1158.20
1158.42 1 1158.20
1158.3 1158.0
1158.14 1157.92
1157.99 1157.77
1157.99 1197 77
18+00
6
W
N
O
QO
1
\
0�
MARGARET SMITH\
181332-13546
G
&
GP
000 FENCE
X33
\_01
6816
FREDDIE D & JUDITH ELANDER
181332-13572
LST 34
SP 83,E I
G W & MARY NINA P PARSONS
ASPHALT 181332-13405 BEGIN TRANSITION LT.
A.P STA. 20+20 (25 5' LT)
PORT10N0
4
SP 83
LOT 4
N
W I E
S
G W & MARY NINA P PARSONS
GRAVEL
181332-14473
F-
6:5'
SEE SHEET 5
S: 8912'06".
II
p SD SD 0 SD SD ® me=
R%W
SUM BEGIN TRANSITION R -1`
A.P. STA. 20+2• (25.5' RTS/
I,
.1:::`------
+23.35 (45�R e E_
-"- GRAVEL,
,
1
1
1
-ye o5
EXPIRES 11/17/2005
WOOD RAIL FENCE V
(45' RT)1
/I R/W
,22+55.37
CARL L. BROWN
181332-41003
ICARL L BROWN
181332-41002 II
6804
FEDERAL AID NOS.
STPUS-4558(006)
TIB# 8-4-039(019)-1
TIB# 9-E-039(007)-1
E
«s
>
1160
1155
1150
1145
8
MATCH UNE ST
S =0.0108 ft/ft
-1 08%
SSMH -33 48"
STA. 19+41 5 RT
RIM EL.= 1156 30
I.E. 15" IN = 1150 90
I.E. 15" OUT = 1150.80
12" CPE
X. c 1158.0
EW115792
BC LT 115777
BC RT 1117 77
18+00
1
15" PVC
79 8 LF - ' -
- - - - SLOPE =0 0103 FT/FT
120 L.F S =0 0000 ft/ft 36" -CPE- _120 L.F.
CB #54L (TYPE 1)
STA. 19+48 (25' LT.)
GRATE EL. =1155.82
I.E 12" OUT =1.1.52.62
CB ;54R TYPE 1
STA. 19+48 25 RT.
GRATE EL. =1155.82
1 E. 1.2" IN =1.152.30
I.E. 18" OUT =1152.30
50 L.F.- 12" CPE
SDMH54A TYPE 2 - 72")
STA. 19+48.05 35.5' RT.)
RIM EL. =1156.90
I.E. 12" IN =1152.24
I E. 18" OUT =1149.50
DIDMH#2
S =0.0064 ft/ft
10.5 L.F. - 18" CPE
=0.0053 ft/ft
1157 8
1157 71
1157.56
1157.56
1157 6 1157.4
1157.49 1157.27
1157 34 1157 12
1157.34 I 1157 12
1157 1
1157 06
1156.91
1156.91
1156 9
1156.84
1156.69
116.69
19+00
STA. 21+12.2 9 (8.8' LT)
RIM EL.= 1154.54
I.E. 18" IN/OUT = 1146.87
S =0.0000 ft/ft 36"-CP'E
1 E. 36" DIA. PERF PIPE = .1148.0.
1156 7
1156.62
1156.47
1156.47
1156.5 1156.3
1156.41 1156.19
1156.26 1156.04
1156.26 I 1156.04
1156 1
1155.98
1155.83
1155.83
1155.9
1155.78
1155.63
1115.63
20+ 00
1155.7
1155.58
1155.43
1155.43
1155.5 1155.3
1155.38 1155.19
1155.23 1155.04
1155.23 1155.04
11
11
400.0 LF
-----I I-
18 DID 1 1
1155.1
1155.00
1154.85
1154.85
1154.8
1154.82
1154 67
11467
21+ 00
CB #55R (TYPE 1)
STA. 21+98 (29' RT.)
GRATE EL. =1153.43
I.E. 12" IN/OUT =1149.95
CB #55L (TYPE 1)
STA. 21+98 (28' LT.)
GRATE EL. =1153.44
I.E. 12" OUT =1150.30
56.56 L.F - 12" CPE
S =0 0062 ft/ft
SLOPE =0,0091 FT/FT
600.00' VC
PVI ELEV = 1153.
250.02 L.F
360.3 LF
SLOPE =0.0044 FT/FT
15" PVC
18" DID
1154 6
1154.64
1154.49
- 115449
1154.4 1154 3
1154 47 1154.30
1154.32 1154.15
1154.32 I 115415
1154.1 1153.9
115414 1153.98
1153.99 1153.83
1153.99 193.83
22+00
1153.7
1153.82
1153.67
1153.67
1153.6 1153.5
1153.67 1153.52
1153.52 1153.37
1153.52 I 1153.37
1153.4
1153.38
1153.23
1153.23
MATCH UNE STA. 23+00
1153.3
1153.24
1153.09
193.09
23+00
1160
1155
N
10
0
a)
a
N
N
N
a)
0
City of Yakima Project No. 1957 & 1958
1150
a)
c
LU
U
a)
-o
a
m
0 O
co
U_
a)
m
1145
Ran & Profile
0
+
CV
O
8-3-05
18
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
N
co
N
W 1 E
G W & MARY S
NINA P PARSONS
181332-14473
GRAVEL
24' CHAIN LINK GATE
I( \\
CELL TOWER
CURB RETURN DATA
PC 24+48.05 (32' LT.)
1152.23
MC
115.06
PT 24+78.05 (62.31' LT)
1151.88
R=30.0' L= 4744'
T = 30.31' A = 9035'54'
EX. CHAIN LINK FENCE W/BARS WIRE
8
GRAVE
END TRANSITION" Li
A: 24-00-02' LT
6.5'
9'12'
ARL L. BROWNI'
181332-41002
CD
W
�(0
V////////////A�`
1823
ROBYN HOWARD
181332-14666
x
S
2
ROBERT S & 0 GWINN CAMPBELL
181332-14664
EX. CHAIN LINK.FENCE
24 F97.55'" _ 25
23+51.38 (45' RT)
s'`.6:
s n
arlE .. SFk
R W
END TRANSITION RT.
A.P. STA. 24+00 (33' RT.)
ORCHARD
W'15 :P
SRK
6.5'
SPK.
CURB RETURN DATA
PC 25+15.29 (61.56' LT.)._
1151.93
MC
1151.86
PT 25+45.29 (32' LT)
1151.79
R = 30.0' L= 4668'
T - 29.56' A = 89'09'08'
x
x
A.
EDGE. fSi avEht€N
S
'0B 0i7R'
SSMH #353;
©cE;gF,pAvT
2
ityamisa
SDMH.X7A
R/W
ROBERT BALL
181332-41001
SD
MATCH UNE STA. 28+00 — SEE SHEET 6
FEDERAL AID NOS.
STPUS-4558(006)
TIB# 8-4-039(019)-1
TIB# 9-E-039(007)-1
w
O
L
co
m m
Z E
ca
am
)-
EXPIRES 11/17/2005
1155
1150
1145
1140
MATCH UNE STA. 23+00
SSMH #34 (48"�
STA. 23+41 (5 RT)
RIM EL.= 1152.88
I.E. 15" 1N = 1147.15
I.E. 15" OUT = 1147.05
600.00VC
C8 #56R (TYPE 1)
STA. 24+48 (32' RT.)
GRATE EL. =1151.73
I -E. 12" IN/OUT =1148.40
S =0.0062 ;ft/ft
15" PVC -
360.3 LF
63.0 LF 12" CPE
SLOPE =0.0052 FT/FT
12" CPE
400 0 LF
SLOPE =0.0044 FT/FT
.x. 1153.3
"EWrE1153.24
rBc LT 1153.09
rBc RT 193.09
23+100
1153.2
1153.11
1152.96
1152.96
11.53.1
1152.98
1152.83
1152.831
1153.0
1152.86
1152.71
1152.71
1152.9
1152.74
1152.59
1152.59
1152.7
1152.62
1152.47
192.47
24+00
1152.6
1152.51
1152.36
1152.36
18
1152.5
1152.40
1152.25
1152.25
CB #56L (TYPE 1),
STA. 24+48 (31 5 LT)
GRATE EL.= 1151.73
I.E. 12" OUT = 1148.73
DID MH#3
STA. 24+72.6(10777_1.
GRATE EL.= 1152.04
I.E. 12" IN/OUT=1145.30
PVT EL.= 1151.95
CB #57R (TYPE 1'
STA. 26+98 (31.5 RT)
GRATE EL.= 1150.65
I.E. 12" IN/OUT = 1147.18
CB #57L (TYPE 1),
STA. 26+98 (31 5 LT)
GRATE EL.= 1150.65
I E. 12" OUT = 1147 50
-0.42%
SDMH 57A TYPE 2-72")
STA. 26+98 (37' RT.)
RIM EL. =1151 21
I.E. 12" IN =1143.17
I.E. 18" OUT =1146.67
SSMH #35 (48")
STA. 27+41 (5' RT)
RIM EL.= 1151.00
I.E. 15" 1N = 1143.70
\I.E. 15" .OUT = 1143.60
II
II
DID
1152.4
1152.30
1152.15
1 250.00 L.F.
=0 0049 ft/ft
63.0 LF - 12" CPE
SLOPE =0.0051 FT/FT\
12" CPE
SLOPE =0.0084 FT/FT 986.7 LF
1152.3
1152.20
1152.05
1152.3
1152.11
191.96
25+00
1152.2
1152.02
1151 87
1152.1
1151.94
1151.79
1152.0
1151.85
1151 70
1151 70
1151 9
1151 77
1151 62
1151 62
1151.8
1151.69
1151.54
111.54
26+00
1151.7
1151 61
1151 46
1151.46
1151 6
1151.52
1151.37
1151.37
1151 5
1151.44
1151.29
1151.29
_15 vG
1151.5
1151.36
1151.21
1151.21
6.8 L.F.-12" CPE
S =0.7282 ft/ft
250.00 L.F.
18" DID
1151 4
115 .27
1151.12
191.12
27+00
400.0 LF I
I.E. 36" DIA. PERF PIPE = 1148.0
1151 4 1151 3 1151 2 1151 2 1151.1
1151 19 1151 11 1151 02 1150.94 1150.86
1151.04 1150.96 1150.87 1150.79 1150.71
1151.04 1150.96 1 1150.87 1150.79 190.71
28+00
co
WW
8+
I�-
V)
5
1155
• Q
C -p
a)
.70 CV
a) .r
>
> Q
Q
C1
O ti
• f
CV
U)
a)
cu ca
CL
City of Yakima Project Nos. 1957 & 1958
1150
ra
w
U
0)
.2
m
U
En
rn
C
c`
Horizontal = 1"=40'
1145
1140
Plan & Profile
M
N
Co
to Sta. 28+00
8-3-05
18
1
1
1
1
t
1
1
1
1
1
1
1
1
1
1
1
00 SEE SHEET 5
CO
H UNE STA
1
1 S
5-0
E%.
CNAIN.IINKFEN x _ X
.CC
5.5'
ASPHALT
23'
S-:89;1.
NEW:415,1d..P
06"
C8
5
2
FX CIAIN I INK FFNCE
6510
ROBERT S & G GWINN CAMPBELL
181332-14664
EX CHAIN LINK FENCE
5.5'
SD. ■
R/W
SDMH #57B
ORCHARD
R
F -PAVEMENT-
9t-
W-
I
X59R-2.
W
N
S
E
6:5'
P
SDMH 159A
6.
crl
PP 402
ROBERT BALL
181332-41001
MATCH UNE STA. 33+00 — SEE SHEET 7
FEDERAL AID NOS.
STPUS-4558(006)
TIB# 8-4-039(019)-1
TIB# 9-E-039(007)-1
8-y- zoos
EXPIRES 11/17/2005
1155
1150
1145
1140
MATCH UNE STA. 28+00
CB #58L (TYPE 1)
STA. 29+48 (31' LT )
GRATE EL. =1149.61
I.E. 12" OUT =1146.40
-Q.42%
SDMH #57B (TYPE 2-72")
STA. 29+48 (37' RT.)
RIM EL. =1150.17
I.E. 12" IN =114717
I.E. 18" OUT =1145.05
CB #58R (TYPE 1)
STA. 29+48. (32' RT.)
GRATE EL. =1149 61
I.E. 12" IN =1146.05
I.E. 12" OUT =1146.05
S =0.0000 ft7ft
400 0 LF
-36" C
x. q 1151 1
EWc1150.86
BC LT 1150.71
BC RT 110.71
28+001
1151 0
1150.77
1150.62
1150.62
CB #59R-1 (TYPE 1)
STA. 30+75 32' RT )
GRATE EL. =1149.07
I.E. IN =1145.68
I.E. OUT =1145.68
CB #59L-1 (TYPE 1�
STA. 30+75 (31' LT
GRATE EL. =1149.09
I.E. OUT =1146.03
63 L.F.- 12" CPE
S =0.0056 ft ft
5.61 L.F. 18" CPE
S =0.2041 ft/ft
SLOPE =0 0028 FT/FT
SLOPE =0.0060 FT/FT
SDMH #59A (TYPE 2-72")
STA. 31+70 (38" RT.)
GRATE 'EL. =1149:47
I.E: 12" IN =1145.02
I.E. 18" OUT =1143.00
SSMH #36 (48")
STA. 31+41 (5' RT)
RIM EL.= 1149.44
00 I.E. 8" IN = 1141.78
» I.E. 15" IN = 1141.20
CL I.E. 15 OUT = 1141.10
200.00' VC
C8 1159L-2 (TYPE 1 CB #60R (TYPE -1)
Ri.) In 0
STA. 31+70 (3(' LT.!.N.
.
GRATE EL. =1148.89 IEGRATE 12" IN =1145.68 EL. =1149.08 +
I.E. 12" OUT =1145.40 C4
. E . 1
I.E. 12" OUT =1145:68 "o
C8 #59R-2 (TYPE 1
STA. 31+70 (33' RT. CB #60L (TYPE 1) a II•
GRATE EL. =1148.87 TA. 32+70 (32' LT.) ci w
I.E. 12" IN/18" OUT=1145.0RATE EL. =1149 10
PVI STA=31+75 I.E. 12" OUT =1146.03 >>
- - 0.45%
PVI EL.=1149.30 _____
64 L.F - 12" CPE
S =0.0055 ft/ft
s =0..00.5.5_ft/it
1150.9 1150.8
1150.69 1150.61
1150.54 1150.46
1150.54 1 1150.46
1150.7
1150.53
1150.38
1150.38
1150.6
1150.44
1150.29
110.29
29+00
1150.5
1150.36
1150.21
1150.21
1150.4
1150.28
1150.13
1150.13
1150.4
1150.19
1150.04
1150.04
1150.3
1150.11
1149.96
1149.96
1150.3
1150.03
1149.88
11419.88
30+00
1150.2
1149.94
1149.79
1149.79
1150.1
1149.86
1149.71
1149.71
15" PVC
LOW PT EL.=1149.52
LOW PT STA.=31+70.68
64 L.F - 12" CPE
S =0.0055 ft/ft \
=0.0063 ft/ft 12" CPE M
100 L.F
18" DID
40 L.F
STUB TO ROW46.8 LFy 8" PVC
STA. 31+16 7 45 RT
1-f50.$ QL 0.8114Q,9:3.0 1149.E =Q140J f11/1119.9
1149.78 1149.70 1149.63 1149.57 1149.54 1149.52
1149.63 1149.55 1149.48 1149.42 1149.39 1149.37
1149.63 1149.55 11419.48 1149.42 1149.39 1149.37
31+00
202.70 L.F S. =0.0000 .ft ft
I E 36 (3tA: �{=RF f)aPE--=---1.1-41.-5
1150.0
1149.52
1149.37
1149.37
264 2 LF SLOPE =0.0061 FT/FT
1150.0
1149.54
1149.39
11419.39
32+00
1150.0
1149.57
1149.42
1149.42
1150.1
1149.62
1149.47
1149.47 1
1150.1
1149.69
1149.54
1149.54
1150.2
1149.78
1149.63
1149.63
1150.2
1149.87
1149.72
11419.72
33+00
1155
1150
City of Yakima Project No. 1957 & 1958
1145
cc
V7
0)
0
0)
c
c0
0
II
(0
c
O
N
0
Er)
To
O
0)
m
11140
Plan & Profile
0
CO
c')
c-�
8-3-05
18
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
CURB RETURN DAtA / /
PC 33+76.46 (3Z LT.)
1150.06
MC
1150.21
PT 10+73.04 (22.5' LT)
1150.35
R = 40.0' L = 63 49'
T = 40.67' 90'56149"
c.
_ _______.10•
6 5 (<9
I§
•
I
,
BIN/Kfr
34+69.28 (70' LT)
34+84.48 (55' LT)
m NHW RPROWPOSED 12"
.44
arfffl-
S 8927'26" E 6. /---1 5' L=155.29 R.4965.00 • 0003' Tanw77.67
URg PC STA. 35+28.2V (34.75' LT)
CURB RETURN DATA
PC 10+74.25 (22.5' RT.)
1150.34
MC
1150.08
PT 35+01.9 (34.97 LT)
1149.89
R := 40.0' L = 62.35'
T = 39.52' A = 8918'31'7
N
E
CONGDON ORCHARDS, INC
181333-23001
CURB PT STA 36+84.86 33' LT
j-WdshAve-,
64tfr Ave
T.
• f
cpR:,° p
175" UM 90
in
L8E'0.
11,ztriy47:511"'
Opi
"iiF; 34+89.58
47‘ -„ • „- .„
A :S.Skitqf 40
STAJ-;36*4595:, -Stk.; 7+1577:
R545 5t •••!
" • 2
4.)1, , „ • ;
87r:7 RF,3000.Oac.
5.
!!. ••q,
• 4=3*0:1' `=--78.
R/W
33+75.92 (45' RT)
33+91.17 (60' RT)
CURB RETURN DATA
PC 33+78.86 (3.3' RT.)
1150.07
MC
1150.48
PT 9+28.02 (22.5' LT)
1150.90
R = 40.0' L = 62.17'
T = 39.34' tt = 89'03'10"
1155
1150
1145
1140
MATCH UNE STA. 33+00 — SEE SH
'0LDR
34+95.63 (45' RT)
34+80.96
5
EX. SSMH #37
STA. 34+05.18 (0.5' RT)
RIM EL.= 1149.78
I.E. 15" IN = 1139.49
I.E. 24" IN = 1139.26
I.E. 24" OUT = 1139.16
PVI STA = 34+40
PVI EL. = 1150.50
5.5
.oGzbrPANLE'
• .
C13:,. )9
CURB RETURN DATA
PC 9+26.27 (22.5' RT.)
1150.77
MC
1150.36
PT 35+03.21 (33' RT)
1149.95
R = 40.0' L = 6313'
T = 40.30' Li = 90'25'53"
STA. 34+76.4 (35.1' LT.)
REMOVE CONC. IRR. RISER
INSTALL SLAB & MANHOLE
RING & COVER (SEE DETAIL)
18" DID
I.E. 36" DIA. PERF PIPE =
1141 5
15" PVC
115-07717(777072-1Mrl-WQ4l
NEW 1149.87 1149 96 1150.05 1150.14 1150.23 1150
TBCLT 1149.72 1149.81 1149.90 1149.99
TBC RT 11419 72 1149.81 1149.90 1149.99
33+00 34+00
STA.
E -1
1150.2 1150.3 1150.1
1150.41 1150.50 1150.36
•
:881•11.xo
MICK LIVING TRUST
181333-32403
P-
21/4
. .
Z
37+99.68 (56.07 RT)
2,, <
SEE SHEET 16 FOR 64TH AVE SHEET AT THIS INTERSECTION 1
CB #611_ (TYPE 1)
STA. 36+25 (33 LT.)
GRATE EL. =1149.03
I.E. 12" IN/OUT =1145.21
CB #61R (TYPE 1)
STA. 36+25 (32' RT.)
GRATE EL. =1148.53
I.E. OUT =1145.53
•
e .
1149 8
1150.21
EX. DID MHI
STA. 34+59 31 10.8 LT
RIM EL.= 1149.93
I.E. 12" IN = 1142.50
1149 6
1150.07
1149.92
114/9.92
35+00
1149.5
1149.93
1149.78
1149.78
1149 5 1149.4
1149.79 1149.64
1149.64 1149.49
1149.64 1149.49
-0.71%
SSMH #40 (48"
STA. 37+01 (13 LT.)
RIM EL. =1148.38
I.E. 8" OUT =1140.30
PVI STA = 37+25
PVI ELEV = 1148.47
65.5 L.F - 12" CPE
S =0.0049 ft/ft '4.1
1149 3
1149.50
1149.35
1149.35
1149.2
1149.36
1149.21
1119.21
36+00
1149 1
1149.22
1149.07
1149.07
321.42 L.F.
1149 0 1148.9
1149.07 1148.93
1148.92 1148.78
1148.921 1148.78
1148.8
1148.79
1148.64
1148.64
1148.7
1148.65
1148.50
114/8.50
37+00
1148.5
1148.50
1148.35
1148.35
1.07%
S =0.0084 ft/ft
364.63 LF
1148.3
1148.31 1148.09
1148.16 1147 94
1148.16 1 1147 94
1147 88
1147 73
1147 73
03
6
8
A
5
7.7
1147 67
1147 52
11417.52
38+00
FEDERAL AID NOS.
STPUS-4558(006)
TIB# 8-4-039(019)-1
TIB# 9-E-039(007)-1
8- 4-2ap
EXPIRES 11/17/2005
1155
1150
City of Yakima Project Nos. 1957 & 1958
1145
w
a)
ci)
a)
c/)
0
1140
Plan & Profile
E:3
C,3
cci
(/)
to Sta. 38+00
5-3-05
8
r
5
0.
_.,R/W 1
NHW'PROROSE0:712
'S-
6.51
'621
OLD- R/W
.NEW'.8" .PVC
)14
TA. -38+75:
s
CONGDON ORCHARDS, INC
181333-23001
L0
N
ititito
w
■
S
a.�
0
;-S" 3977'26"
SE E (OLD
SD
PaoPosED 1a^
411•11111 4•11111.
.SD
SSMH
0
(h
1
GE",.Of.F„PAVEMEN
EDGE;O kRi),
R/W - SDMH ;1628
5Q
sommommirg
R%LY
CB
NEW 8"' PVC
w
*33R-
55
PP 30404
R/W
MICK LIVING TRUST
181333-32405
N
o,
r
PP633144A-
� r
R/W
FEDERAL AID NOS.
STPUS-4558(006)
TIB# 8-4-039(01 9)-1
TIB# 9-E-039(007)-1
CcIRES 11/17/2005
•
1150 1150
1145
1140
1135
1-
6
MATCH UNE STA. 38+00
STA. = 38+09
200.00' VC
EL.= 1147 57
CB #62R (TYPE 1)
STA. 39+45 (33` RT.)
GRATE EL. =1145.82
I.E. OUT =1142.83
CB f 2L TYPE 1
STA. 39+45 (33' LT
GRATE EL. =1.145.85
I.E. IN/OUT =1142.50
rn
0
0
PVT STA.=
rn
SDMH #62A (TYPE 2-72")
II STA. 40+10 (37' LT)
J GRATE EL. =1146.11
w I.E. 12" IN =1142.18
I.E. 18" OUT =1.138.95
SSMH 41 48"
STA. 40+65 13 LT.
RIM EL. =1145.75
I.E. 8" INW) =1137.75
I.E. 8" IN N&S) =1137.85
I.E. 8" OU =1137.65
12" CPE
x. 11 47 7
EW114767
BC LT 1147.52
BC RT 11417.52
38+00
1147 4
1147 45
1147 30
1147.30
1147.1
1147.26
1147 11
1147 11
1146 9
1147 07
1146.92
1146.92
65 L.F. - 12" CPE
S =0.0051 ft/ft
=0.0070 ft ft
1146.7
1146.91
1146.76
1146.76
1146 7
1146.75
1146.60
114-60
39+00
1146 6
1146.62
1146.47
1146.47
65 L.F
S =0.0049 ft/ft
12" CPE
-0.31%
CB #63R (TYPE 1)
STA. 42+50 (33' RT.)
RIM EL. =1144.78
I E. 12" OUT =1141.78
SDMH #62B (TYPE 2-72")
STA. 42+50 (37' LT.)
RIM EL. =1145.36
I.E. 12" IN =1142.36
I.E. 18" OUT =1138.95
CB #63L (TYPE 1)
STA. 42+50 (32' LT.)
RIM EL. =1144.78
I.E. 12" IN/OUT =1140.9
PVI STA = 43+00
PVI ELEV = 1145.27
\EX. GROUND
55 LF - 8" PVC
S =0.0070 ft/ft
240.00 L.F.
r
1146.4
1146.49
1146.34
1146.34
1146.3
1146.39
1146.24
1146.24
1146.1
1146.29
1146.14
1146.14
P VC
STUB TO ROW
S =0 0000 ft/ft
30 LF - 8" PVC
S =0.0070 ft/ft
36" CPE
I E. 36" PERF CPE =1137 45
4 7 L.F.- 18" CPE
�.✓ S =0.3071ft/ft
65 L.F.- 12" CPE
S =0 0125 ft/ft
STA. 40+65 (42' RT.)
I E. 8" OUT =1138.24
1146 0
1146.22
1146.07
114.07
40+ 00
1145.9
1146.15
1146.00
1146.00
1145.9 1146.0
1146.09 1146.03
1145.94 1145.88
1145.94 1145.88
`STIR TO ROW
STA. 40+65 (43' LT )
I E. 8" OUT =1138.06
1146.0 1145.6 1145.6 1145.6
1145.96 1145.90 1145.84 1145.78
1145.81 1145.75 1145.69 1145.63
1145.81 114/5.75 1145.69 1145.63
41+00
ft
1145.7
1145.71
1145.56
1145.56
1145.6
1145.65
1145.50
1145.50
1145.5
1145.59
1145.44
11415.44
42+00
1145.4
1145.52
1145.37
1145.37
1145.4
1145.46
1145.31
1145.31
1145.3
1145.40
1145.25
1145.25
1145.3
1145.34
1145.19
1145.19
6
N
A
MATCH UNE
1145.3
1145.27
1145.12
11415.12
43+00
1150
1145
CV
LO
0
Cu
Q
CN1
N
CV
CV
(n
CC
0-
City of Yakima Project Nos. 1957 & 1958
1140
1--
0_
dh
LJJ
U
d
0
a
I
C-
c
0
o
1135
Plan & Profile
8-3-05
0
c*-)
cei
(.n
to Sta. 43+00
811
r
1145
1140
1135
1130
•
N
W
U
R W
•
CONGDON ORCHARDS, INC
181333-23001
N
R W
•IIMO .1111•1
RAVEL
6
6.5'
Wy
=W
NHW PROPOSED t2"
cs
.MHW' PROP6SED `If
•
~NEW '8"' `P.VC
DlD R
in on
n
:I
�W.
SEE SHEET 10
;co > O
-w 3 W
,SEGTEON;=UNE '(OLD, J
-71
EDGE: OF, ;kV EMEN'
0�
r
„-
ROBERT
ROBERT A & JOAN M BALL
181333-32406
PVI STA = 43+00
PVI ELEV = 1145.27
R/W
SSMH #42 (48"),
STA. 44+30 (13 LT.)
RIM EL. =1143.98
I.E. 8" IN =1135.46
I.E. 8" OUT =1135.36
4
G
CB ;64R TYPE 1
STA. 45+60 32.5 RT
GRATE EL.= 1142.57
I.E. 12" OUT = 1139.74
65.0 LF - 12" CPE
S =0.0049 FT/FT
D
- .. --.-- :ter -
CB ;64L TYPE 1
STA. 45+60 32 LT.
GRATE EL. =1142.57
I.E. IN =1139.42
I.E. OUT =1139.42
PP 332400
T
-0.79%
EX. GROUND ® Q
T
'us
16'
vi
0.
wC
I Zz�
-0-I SCD 1
1 W r
1 Q Z it
p Or
Z
Q Q
I �
5,910
SSMH #43 (48"), .. .
STA. 47+95 (13 LT )
RIM EL. =1141.10
I.E. 8" IN W) =1133.17
I E. 8" IN (N&S) =1133.27
_ I.E. 8" OUT =1133.07
310.01 L.F.
55 LF - 8" PVC
S =0.0070 ft/ft
=0.0085 ft/ft
30 LF - 8" PVC
S =0.0070 ft/ft
STUB TO ROW
STA. 47+95 43 LT..
I.E. 8" OUT =1133.48
STUB TO ROW
STA. 47+95 42 RT.
I.E. 8" OUT =1133.66
48+00 — SEE SHEET 10
N
W
Z
5
EX. 1145.3 1144 9 1144.7 1144 5 1144.2 1144 1 1144 0 1144.1 1144 1 1144 0 1143.8 1143.7 1143.6 1143.4 1143.2 1142.8 1142.7 1142.6 1142.5 1142.3 1142.4 1142.2 1141.8 1141.6 1141.6 1141 5
NEW 1145.27 1145.12 1144.96 1144.80 1144 64 1144 48 1144.32 114417 1144.01 1143.85 1143.69 1143.53 1143.38 1143.22 1143.06 1142.90 1142.74 1142.58 1142.43 1142.27 1142.11 1141.95 1141 79 1141 64 1141 48 1141.32
TBC LT 1145.12 1144.97 1144.81 1144 65 1144 49 1144.33 114417 1144.02 1143.86 1143.70 1143.54 1143.38 1143.23 1143.07 1142.91 1142.75 1142.59 1142.43 1142.28 1142.12 1141 96 1141 80 1141.64 1141.49 1141.33 1141 17
TBC RT 11415.12 1144 97 1144.81 1144.65 1144 49 11414.33 1144 17 1144.02 1 1143.86 1143.70 11413.54 1143.38 1143.23 1 1143.07 1142.91 11412.75 1142.59 1142.43 1 1142.28 1142.12 11411 96 1141.80 1141 64 1 1141.49 1141.33 1141 17
43+00
44+00
45+00
46+00
47+00
48+00
FEDERAL AID NOS.
STPUS-4558(006)
TIB# 8-4-039(019)-1
TIB# 9-E-039(007)-1
EXPIRES 11/17/2005
1145
1140
City of Yakima Project Nos. 1957 & 1958
1135
1-
1130
8-3-05
Plan & Profile
+
c*)
ni
to Sta. 48+00
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
CONGDON ORCHARDS, INC
181333-23001
c
MATCH UNE S
P#332002
4
MILO H
18
�P \
0 • \\
X
PT ..
SD MIIIIMmimmiSD.
NEW 8" PVC
R W SDMH l65111
SDS
.C8 .#66L°.1
NHW'PROPOSED.12'.
MF## 4
x X
ngton . Ave
DAVID L. ET UX FOUSHAY
181333-31401
X
ppy353400
5820
RAN
N -
MM. •111•111
OCD
PP
CB. #66R
33408
RAN
MARK E QUILLEN
181333-31411
5810
/. I
cv YARD
SRP' I? "T
1'LT
SEE SHEET
MATCH UNE STA. 53+00
FEDERAL AID NOS.
STPUS-4558(006)
TIB# 8-4-039(019)-1
TIB# 9-E-039(007)-1
EXPIRES 11 /17/2005
m
c o
o
L
0
f.
`o 0
Z E
a. Y
al al
1
1140
1135
1 11130
1
1125
i
6
8
F-
N
5
CB #65L (TYPE 1)
STA. 48+70 (32' LT.)
GRATE EL. =1140.12
I E. 12" IN =1136.80
I.E. 12" OUT =1136.80
CB #65R (TYPE 1)
STA. 48+70 (32.5' RT)
GRATE EL.= 1140.12
I.E. 12" OUT = 1137.15
PVI STA = 49+00
12" CPE
65.0 LF - 12" CPE
S = 0.0054.FT/FT
PVI ELEV = 1140.53
42 L.F. 12" CPE
f5 =0.0040 ft/ft
SDMH #65A (TYPE 2 -72")
STA. 49+12.20 (37' LT.)
RIM EL. =1140.40
I.E. 12" IN =1136.63
I.E. 18" OUT =1133.18
CB #66L (TYPE 1)
STA. 51+85 (32' LT.)
GRATE EL. =1138.50
I.E. 12" IN/OUT =1135.18
SSMH #44 (48"1
STA. 51+60 (13 LT )
RIM EL. =1139.01
I.E. 8" IN =1130.88
I.E. 8" OUT =1130.78
-0.48%
CB #66R (TYPE 1)
STA. 51+85 (33' RT.)
GRATE EL. =1138.50
I.E. 12" OUT =1135.51
SOMH e5B TYPE 1
STA. 51+85 37 LT.
RIM EL. =1139.08
I.E. 12" IN = 1136.08
I.E. 18" OUT = 1133.18 EX. GROUND CI c,
365 LF
x. 1 1141.5
EW 1141.32
TBC LT 1141 17
TBC RT 11 41.17
1141 3
1141.16
1141 01
1141.01
1141 0
1141 00
1140.85
1140.85
1140.8
1140.84
1140.69
1140.69
1140.7
1140.69
1140.54
1140.54
1140.5
1140.53
1140.38
1140.38
48+00 49+00
272.80 L.F
S =0.0060 ft ft
S =0.0000 ft/ft
I.E. 36" DIA PERF CPE =1131.68
1140.3
1140.43
1140.28
1140.28
1140.1
1140.33
1140.18
1140.18
1139.9
1140.24
1140.09
1140.09
1139 7
1140.14
1139.99
1139.99
1139.6
1140.04
1139.89
11319.89
50+00
1139.6
1139.95
1139.80
1139.80
1139 6
1139.85
1139.70
1139.70
1139 5
1139.75
1139.60
1139.60
1139.3
1139.66
1139.51
1139 51
1139 2
1139.56
1139.41
1119.41
51+00
1139 1
1139.46
1139.31
1139.31
36" CPE
8" PVC
1139 1
1139.36
1139.21
1139.21
65.00 L.F. 12" CPE
S = 0.0051 ft/W"
4.60 L.F. 12" CPE
S = 0.1986 ft/ft
1139.1
1139.27
1139.12
1139.12
1139 1
1139.17
1139.02
1139.02
1139 3
1139.07
1138.92
11318.92
52+00
1139.4
1138.98
1138.83
1138.83
1139.3
1138.88
1138.73
1138.73
1139 0
1138.78
1138.63
1138.63
1138.7
1138.69
1138.54
1138.54
1
8
Vf
W
Z
5
4(
1138.5
1138.59
1138.44
113.44
53+00
1140
C4)
0)
Q
-p
a)
.70
CV
▪ O
Q-10
CV
O I`
a CV
L
cn N
co co
CL
City of Yakima Project Nos. 1957 & 1958
1135
2
a
Ji
(0
0
N
ro
.41
1130
1125
Plan & Profile
0
CO
to Sta. 53+00
8-3-05
10
18
1
I
1140
1135
1130
1125
6
THATCH
FL/W
CONGDON ORCHARDS, INC
181333-23001
411
NEW' 8" P.
NHMI PROPOSED: i2
:OLD
CCI
U)
CO
275 LF
61
VERGREEN LAND COMPANY LLC
181333-31415
•
•
2' WHITE VINYL FENCING
5804
-0.48%
=0.0060 ft
SSMH #45 (48"),
STA. 54+35 (13 LT.)
RIM 'EL. =1137.67
I.E. 8" IN =1129.13
I.E. 8" OUT =1129.03
venue
SECTION UNE (OLD
N
W 1 E
MEM 4•11M.
S[I .; SD SD
s
. CB 7R
5704
FRANCIS & PAMELA MCSHARRY
181333-31004
PVI STA = 54+50
PVI ELEV = 1137.86
(n;
W
SD
MEM
N
W
R/W4011•I
6,5'
LD :F2/Y1
SSMH
P
CB #67L (TYPE 1)
STA. 54+90 (32' LT:)
GRATE EL. =1137.16
I.E. 12" IN =1133.66
I.E_12" OUT =1133.66
EX. GROUND ® c_
"T
R/w
'FRANCIS & PAMELA MCSHARRY
1813331-31013
-0.12%
SD
HW PROPOSED 12'
Sit
PP 334401
� I
-" - U
(a
2
SSMH #46 (48"),
STA. 57+05 (13 LT.)'
RIM EL. =1137.29
I.E. 8" IN =1127.30
I.E. 8" OUT =1127.20
PVI STA = 58+00
PVI ELEV = 1137.43
:CB #67R (TYPE 1
.STA. 54+90 32:5 RT)
GRATE EL.= 1137.16
I.E. 12" OUT = 1134.15
315.00 L.F.
S =0.0050 ft/ft
12" CPE
270 LF
S =0.0064 ft
�x. 1138.5
NEW 1138.59
TBC LT 1138.44
TBC RT.113118.44
53+00
270 LF
Wr
6
O
2
N
W
Z
5
1138.4 1138.4 1138.3 1138.2 1138.1 1138.0 1137 9 1137 9 1137 9 1137 9 1137 9 1137 8 1137 7 1137 7 1137 7 1137 6 1137 6 1137 6 1137 7 1137 7 1137 7 1137 6 1137 6 1137.5 1137.4
1138.49 1138.40 1138.30 1138.20 1138.10 1138.01 1137.91 1137.85 1137.83 1137.80 1137 78 1137 75 1137 73 1137.70 1137 68 1137 65 1137 63 1137 60 1137.58 1137.56 1137.53 1137.51 1137 48 1137.46 1137 43
1138.34 1138.25 1138.15 1138.05 1137 95 1137.86 1137 76 1137 70 1137 68 1137 65 1137.63 1137 60 1137.58 1137.55 1137.53 1137.50 1137.48 1137 45 1137 43 113741 1137.38 1137.36 1137.33 1137.31 1137.28
1138.34 1138.25 1 1138.15 1138.05 11317 95 1137.86 1137 76 1 1137 70 1137.68 11317 65 1137.63 1137 60 1 1137.58 1137.55 11317.53 1137.50 1137.48 1 1137.45 1137 43 1117 41 1137.38 1137.36 1 1137.33 1137.31 1137.28
54+00 55+00 56+00 57+00 58+00
FEDERAL AID NOS.
STPUS-4558(006)
TIB# 8-4-039(019)-1
TIB# 9-E-039(007)-1
EXPIRES 11/17/2005
1140
1
1135
N
LC)O
O
Q
T
V
N
ti
N
0
(13
0
City of Yakima Project Nos. 1957 & 1958
1130
C
w
U
0)
I
co
a)
U 11
ci) To
v) �
0
•N
D =
.!1
To
0)
1125
Plan & Profile
to Sta. 58+00
&3-05
11
18
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1135
1130
1125
1120
La
z
OI
u)
W
Z
5
2
SDMH 8A
CB
8
s:,18
CB 168R
�, _ V RE FENCING
WILLIAM SHIELDS
181333-31002
W
N
s
CONGDON ORCHARDS, INC
181333-23001
E
SDMH #68A (TYPE 2-72
STA. 58+04.98 (37' LT.)
RIM EL. =1137.34
I.E. 12" IN =1132.05
I.E. 18" OUT =1130.27
CB #68L (TYPE 1)
STA. 58+05 (32' LT.)
GRATE EL. =1136.76
LE. 12" IN OUT =1132.08
SSMH #47 (48")
STA. 59+75 (13. LT.)
RIM EL. =1136.20
I.E. 8" IN ‘11125.31
LE. 8" IN 1125.41
I.E. 8" IN 1125.31
I.E. 8". OUT =1125.21
CB #6 (TYPE 1)
STA. 58+05 (32.5' RT)
GRATE L.= 1136.76
I.E. 12" OUT = 1133.40
65.0 LF - 12" CPE
S =0.0203 FT/FT
a
SD
61+08.68
SDMH #688
91.
0
CONGDON ORCHAR
181333-1200
20'
8"" PVC.:
RON EICHLER
181333-31001
CB 69L TYPE 1.
1,+118:5
RAYMOND LEE SHUEL
181333-13406
PROROSEQ' X12'
4.4444.
SE.#1h1 .4E
FEDERAL AID NOS.
STPUS-4558(006)
TIB# 8-4-039(019)-1
TIB# 9-E-039(007)-1
`NEW -
as ingtoin: Avenue
33«T,.13.1',
al+l.fvt ENR" 1.:75".:'UM B
STA. 60+80 32 LT.)
GRATE EL. =1135.22
I.E. 12" IN/OUT =1130.71
C8 #69R (TYPE 1)
STA. 60+80 (33' RT.)
GRATE EL. =1135.22
I.E. 12" OUT =1131.70
EX. GROUND ©.
89'37
Q
R/W
SDMH #68B (TYPE 2-72")
STA. 60+80 37LT.)
RIM EL. =1135.80
I.E. 12" IN =1132.80
I.E. 18" OUT =1130.27
-0.56%
P.3y
P
Pd3354
MAROLYN SCHLEPP
181333-42009
SSMH #48 (48"),
STA. 62+88 (13 LT )
RIM EL. =1134.45
I.E. 8" IN (W) =1122.86
I.E. 8" IN (5) =1123.43
I.E. 8" OUT =1122.76
65 L.F - 12" CPE
4.5 L.F.- 12" CPE
S =0.0067 ft/ft
275.00 L.F.
1 E. 36" DIA. PERF PIPE = 1128.77
S =0 0000. ft/ft
PVI STA = 58+00
PVI ELEV = 1137.43
S =0.0070 ft ft
x.r� 11374
EWc 113743
BC LT 1137.28
BC RT 1137.28
58+00
11373
1137.32
1137 17
1137 17
1137.2 1137 0
1137.21 1137 10
1137.06 1136.95
1137 06 1 1136.95
1136.9
1136.99
1136.84
1136.84
1136.7
1136.88
113673
1136.73
59+00
STUB TO ROW
STA. 59+75•(43' LT.)
I E. 8" OUT =1125 62
8 . PVC
STUB TO ROW
STA. 59+75 42 RT
I.C. 8" OUT =1125.59
1136.6
1136 76
1136.61
1136.61
30 LF - 8" PVC
S =0.0070 ft/ft
55 LF - 8" PVC
S =0.0050 ft/ft
36" CPE
S =0.0152 ft/ft
4.96 L.F - 18" CPE
S =0.4651 ft/ft
STUB TO ROW
STA. 62+88 .42 RT.
I E. 8" OUT =1123.71
ft
55 LF - 8" PVC
S =0 0050 ft ft
1136 5 1136.3
1136.65 1136.54
1136.50 1136.39
1136.50 I 1136.39
1136.2
1136.43
1136.28
1136.28
1136.1
1136.32
1136.17
1116.17
60+00
1136 0
1136.21
1136.06
1136.06
1135.8 1135.7
1136.10 1135.98
1135.95 1135.83
1135.95 1135.83
1135.7
1135.87
1135.72
1135.72
1135.6
1135.76
1135.61
1115.61
61+00
1135.5
1135.65
1135.50
1135.50
1135.4 1135.3
1135.54 1135.43
1135.39 1135.28
1135.39 I 1135.28
1135.3
1135.32
1135.17
1135.17
1135.1
1135.20
1135.05
1115.05
62+00
1135.0
1135.09
1134 94
1134.94
8
P VC
1134 7 1134 6
1134 98 1134.87
1134.83 1134 72
1134.83 I 1134.72
1134.6
1134 76
1134.61
1134 61
(MATCH UNE ST
1134 4
1134.65
1134.50
11314.50
63+00
EXPIRES 11/17/2005
1135
1130
City of Yakima Project No. 1957 & 1958
1125
1120
8-3-05
Plan & Profile
co
fC
to Sta. 63+00
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1135 1135
1130
1125
1120
W
C1)
O
CO
V1
z
U
0)
r
5511
JEFFERY &
KARA ASHBAUGH
181333-13407
SDMH ;¢70A
R /W
65+89.70
SDMH #708
U.NSD
SD
..ROPOSEO12"
SD
OLD'.R/WY 111
SD
P@335
ce
0
CL
x
-0.56%
PVC
7OR
5504
PVI STA = 63+75
PVI ELEV = 1134.23
13
CONC
P
J
SDMH70A TYPE 2-72"
STA. 63+90 37 LT.
RIM EL. =1134.03
I.E. 12" .IN =1130.02
I.E. 18" OUT =1126 54
RAYMOND LEE SHUEL
181333-13404
.111 01=1
�4C8^711: •W:<
„NHWI".PROPOSEQ.cf2-
MR
OLD
NEW
D PPg335402
ngton Aven
WILLIAM & DENISE F CAMPBELL
181333-42411
CURB RETURN DATA
PC 65+93.07 (33' RT.)
1132.14
MC
1132.26
PT 66+13.07 (53' RT)
1132.37
R-20.0' L = 31.42'
T = 20.00' A = 89'59'54'
EX. GROUND © Q
CB 170R TYPE 1
STA. 63+90 32.5 RT.
GRATE EL. =1133.45
I E. 12" OUT =1130.40
4.50 L.F. 12" CPE
S =0.0067 ft/ft
65.00 L.F 12" CPE
S =0.0054 ft/ft
U)
W
2
332. LF
X. ( 1134 4
EWq,113465
BC LT 1134.50
BC RT 11314.50
63+00
1134 4
1134.54
1134.39
1134.39
1134 4
1134 42
1134.27
1134.27
1134.3
1134.31
113416
113416
1134.2
113418
1134 03
1134 03
CB ;70L TYPE 1
STA. 63+90 32.5 LT
GRATE EL. =1133.45
I.E. 18" IN =1130.05
I.E. 18" OUT =1130 05
-0.89%
SDMH P08 (TYPE 2-72")
STA. 66+10 (37' LT.)
RIM EL. =1132.07
I.E. 18" OUT =1128.54
I.E. 12" IN =1126.54
220.00 L.F.
S =0.0000 ft/ft
1133.9
1134 01
1133.86
1133.86
64+00
1133.7
1133.83
1133.68
1133.68
1 E. 36" DIA. PERF PIPE = 1125.04
1133.6
1133.65
1133.50
1133.50 1
1133.4
1133.47
1133.32
1133.32
1133.2
1133.30
1133.15
1133.15
1133.0
1133.12
1132.97
11312.97
65+00
1132.8
1132.94
1132.79
1132.79
66 LF - 8" PVC
.r.
S =U;UUJU ft/ It
8 PVC
1132.6 1132.5 1132.3
1132.76 1132.59 1132.41 1132.23
1132.61 1132.44 1132.26 1132.08
1132.61 1132.44 1132.26
G
P
P
FEDERAL AID NOS.
STPUS-4558(006)
TIB# 8-4-039(019)-1
TIB# 9-E-039(007)-1
SEE SHEET 14
STANLEY & DEBORAH CHILDERS
181333-42412
SSMH #49 (48"),
STA. 66+20 (13 LT.)
RIM EL. =1131.79
I.E. 8" IN (W) =1119.70
I.E. 8" IN S =1119.80
I.E. 8" OUT E)=1119:60
5400
PP 36404
/
CURB RETURN DATA
PC 66+38.07 (53' RT.)
1132.13
MC
1131.85
PT 66+58.07 (33" RT)
1131.57
R = 20.0' L= 31.42'
T = 20.00' 0 = 90'00'06'
CB #71L (TYPE 1)
STA. 66+75 (33.5' LT.)
GRATE EL. =1130.92
I.E. 12" IN =1127 52
I.E. 12" OUT =1127.52
CB #71R (TYPE 11,
STA. 66+75 (32.5 RT )
GRATE EL. =1130.92
I E. 12" OUT =1127.90
IW
Z
c
.N
cd D)
>-
0 a)
-Oa)
_
Uw
65.16 L.F.
1131 8
1 1132.05
1131 90
66+00
=0.0046 ft/ft
12" CPE
8" STUB END
65.00 L.F. 12" 'CPE
S =0.0058 ft/ft
STA 66+20 (53' RT )
I.E. 8" OUT =1120 13
1131 7
1131.88
1131 73
1131 5
1131 70
1131.55
1131 3
1131.52
1131.37
1131 2
1131.34
191 19
67+00
1131.0
1131 17
1131 02
1130.9
1130.99
1130.84
1130 7
1130.81
1130.66
ft
11 •. .4
1130.64 1130.46
1130.49 190.31
68+00
6
8
00
c0
W
Z
EXPIRES 11/17/2005
EX.
NEW Q.
TBC LT & RT
1135
_ 8-3-05
Plan & Profile
a)
U
C
co
0
m
c
0
NJ
8
City of Yakima Project No. 1957 & 1958
to Sta. 68+00
1 RAYMOND LEE SHUEL
\ 181333-13404
L �I
<7/
Nt'1W PROPOSED'12°°3'.
EW ; 740(7=33
ssm
ECTION; LINE -(Ow
n N a
4.
co
R/W
DOUGLAS L & MARCIE L
181333-42005
5306
5 5'.. Peon
PP 6401
18�
TURNER
22'
70+50.70
BRYAN SHUEL
181333-13408
SDMH 72A R W
2L
PVI
1130 1130
1125
1120
1115
MATCH UNE STA. 68+00 — SEE SH
PVI STA = 68+25
-0.89% I PVI ELEV = 1130.24
=mak
ARLENE NELSON
181333-42004
5304
SSMH. #50 (4e), CB #72R (TYPE 1)
STA. 69+01 (13 LT.) STA. 70+45 (32RT.)
RIM EL. =1129.66 GRATE EL. =1128.66
I.E. 8' IN =11.16.82 I.E. 12" 0-U0-14;;,125.69
I.E. 8" OUT =1116.72
R/W
N
W 1 E
5201
MEND
SQmmommommommitsp immommimmuscf mommommommommsD
PROPOSED'h1'2".;,
�. ., wx vt ...
SSI
-897,1,
18' I R/W
(t -Ir KATHE L. MATNEY
181333-42003
5206
CD
O
)
7 N
N
VISECTION"(Jt4E (0,
r)
22
GRAVEL
5
FEDERAL AID NOS.
STPUS-4558(006)
TIB# 8-4-039(019)-1
TIB# 9-E-039(007)-1
EXPIRES 11/17/2005
.0)
cts
Ri (3)
>-
O a) Oa)
.E5)
C
U w
SDMH #72A (TYPE 2-72")
STA. 71+15 (37' LT.)
RIM EL. =1128.95
I.E. 12" IN =1124.92
'I.E. 18" OUT =1122.13
CB #72L (TYPE 1)
STA. 70+45 (33' LT.)
GRATE EL. =1128.66
I.E. 12" IN =1125.37
I.E. 12" OUT =1125.37
65 LF - 12" CPE
SLOPE =0:0052 FT/FT
70.15 L.F.
=0.0064 ft/ft
12" CPE
EX. GROUND © Q
SSMH 5148"
STA. 71+83 13 LT.
RIM EL. =1128.47
I.E. 8" IN =1113.91
I.E. 8" OUT =1113.81
NEW Q,
PVI STA = 73+00
PVI ELEV = 1128.24
260.00 L.F.
S =0.0000 ft/ft
I.E. 36" DIA. PERF PIPE. = 11.20.63
X. q 1130.4
EW q 1130.46
BC 30.31
8 RTT 11 1.
68+00
1130.3
1130.28
1130.13
1130.1
1130.17
1130.02
1130.0
1130.09
1129.94
1130.0
1130.00
1129.85
1129 9
1129.92
199.77
69+00
1129 8
1129.84
1129.69
1129.7
1129.75
1129.60
1129 6
1129.67
1129.52
1129 5
1129.58
1129.43
1129.4
1129.50
199.35
70+00
1129 2
1129.42
1129.27
1129 4
1129.33
1129.18
1129.4
1129.25
1129.10
1129.4
1129.16
1129.01
1129.3-
1129.08
198.93
71+00
1129 1
1129.00
1128.85
1129 0
1128.91
1128.76
1128.9
1128.83
1128.68
1128.7
1128.74
1128.59
1128.7
1128.66
198.51
72+00
1128.6
1128.58
1128.43
1128.5
1128.49
1128.34
1128.4
1128.41
1128.26
1128.3
1128.32
1128.17
UNE STA. 73+00 — SEE SH
5
2
1128.2
1128.24
1128.09
73+00
1130
1125
EX.
NEW(,
TBC LT & RT.
cD
C
CN
Ln
0
a)
C
CN
ti
•
CV
C1:1
0
co
0)
oes
rn
0
U
a)
0
0
cv
E
ca
}
0
U
1120
1115
Plan & Profile
0
CO
CO
Ia
to Sta. 73+00
8-3-05
14
18
•
///
5201
FEDERAL AID NOS.
STPUS-4558(006)
TIB# 8-4-039(019)-1
TIB# 9-E-039(007)-1
BRYAN SHUEL
181333-13408
74+57 31 (43' LT)
CONGDON ORCHARDS, INC
181333-11001
STEEL
GATE
PASTURE GRASS
CB#/2LI su su 12" CPE su
1
1
v s
•� J N J J
GRAVEL 7
J 7� S 89'37'33'L E T 1
STA.= 74+69.85 a W. Washingto venue
EX. CE
N N
EX. R/W
X
WIRE FENCE
5u
12' CPE
1
n GA
EDGE OF PAVEMENT
CB#2R
R/W
~ NICHLOS D KENNARD
2 181333-42001
,. EX. R/W
MARION & DEBORAH J GUNTER
181333-41428
EXPIRES 11/17/2005
CB ;73L TYPE 1
STA. 73+75 33 LT.
GRATE EL. =1127.06
12" OUT =1124.10
—0.71%
PVI STA = 74+75
PVI ELEV = 1127 00
6
1125
SDMH ;72B TYPE 2-72"
STA. 73+75 37 LT
RIM EL. =1127 64
I.E. 12" IN = 1124.03
I.E. 18" OUT =1122.13
CO
Cr) > o)
CQ
C 00
' N L0
a
0)
CI) o 0
= 4) Z
Q N
N
< ' .o
C CV CL
0 N co
CT
C CV
cII
-C 4) }
CD `n o
co
a -
C)
9314 L.F S=0.0086FT/FT 12" PVC
4.5 L.F.-12"CPE
S =0.0156 ft/ft
260.00 L.F. S =0.0000 ft/ft
I.E. 36" DIA. PERF PIPE = 1120.6.3
1115
MATCH
CONNECT TO EX. STUB
STA. 74+00 (13' LT.)
I.E. 8" IN =1111.64
=0.0100 ft/ft 217 LF
8" PVC
EX 8" SEWER STUB
S =00100 ft ft
Ex. q 1128.2 1128.1 1128.0 1127 8 1127.6 1127 5
NEw Q. 1128.24 1128.10 1127 96 1127 81 1127.67 1127.53
TBC.LT .1.128.09 1127.95 1127.81 , 1127.66 1.127.52 1127.38
& RT I I
73+00 74+00
75+00
1110
Pian & Profile
0)
End of Project
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
CURB RETURN DATA
PC 33+78.86 c33 )_,A11-50.
7
MC
1150.21
PT 9+28.02 [22:5' LT) :,.
1150.90
R = 40.0' -. ' = L =`62.17'
T = 39.34' ' A = 89'03'10"
ROBERT BALL
181332-41001
S. 64th8Ave
9+56 07 (65' RT)
9+40.84 (50' LT)
R/W
S 24" PVC
r.A GAS
, FN, Op•08'5
- T
w
16
CK LIVING TRUST
31333-32403
55.
CURB RETURN DATA
PC 33+76.46 (32' LT.)
1150.06
MC
1150.21
PT 10+73.04 (22.5' LT)
1150.35
R=40.0' L= 63.49'
T = 40.67' 0 = 90'56'49'
-:34+40.1& .Wash Ave
ORCHARD 9+39.45 (40' RT)
9+54.29 (55' RT)
CURB RETURN DATA
PC 9+26.27 (22.5' RT.)
1150.77
MC
11.36
PT 35+03.21 (33' RT)
1149.95
R=40.0' L=6313'
T = 40.30' 0 = 9015'53'
SEE SHEET 7 FOR WASH. AVE SHEET AT THIS INTERSECTION
Q9'0855";
24 PVC
r: AR
S
ROBERT S & G GWINN CAMPB
181332-14664
X--
GAS s GAS
12
%_
IFIWIEW
estriacw
/
is
M;
\�
m.
TPCD T P P
P P
10+69.62 (30' RT)
10+54.42 (45' RT)
CURB RETURN DATA
PC 10+74.25 (22.5' RT.)
1150.34
MC
11.08
PT 35+01.9 (34.97' LT)
1149.89
R = 40.0' L=6235'
T = 39.52' A = 8918'31'
CONGDON ORCHARDS, INC
181333-23001
z
FEDERAL AID NOS.
STPUS-4558(006)
TIB# 8-4-039(019)-1
TIB# 9-E-039(007)-1
E%PtRES 11/17/2005
.c7)
ai
E
c13
}- C
- y
c
a) 8 2
0 "
m t
C m
>1.0 8
"-
Z E
U w .N Y
1150
1145
1140
1
1135
BEGIN PAVING - MATCH EXIST.
/ STA. 8+25 (64TH AVE)
-df ? ELEV.= 1151.49
-0.63%
PVI STA = 9+60
PVI ELEV = 1.150.64
EX. GROUND CP
289 0 LF
SLOPE =0.0079 FT/FT
EX. SSMH
PVI STA = 10+00
PVI ELEV = 1150.50
-0.35% fNEW Q
A
STA. 10+00.10 (33.7 LT)
RIM EL.= 1149.78
I.E. 24" IN (S = 1139.26
I.E. 15" IN (W = 1139.16
I.E. 24" OUT N) = 1139.16
EX. q 1151.9 1151.7 1151 6 1151 5 1151 4 1151.3 1151 1 1151.0 1150.9
NEW q 1151.39 1151.27 1151 14 1151.02 1150.89
TBC LT 1151 45 1151.33 1151.20 1151 08 1150.95
TBC RT 1151 45 1151.33 1151.20 1151 08 1150.95
24" CPE
1
END PAVING
- MATCH EXISTING
STA. 11+75 (64TH AVE)
q. ELEV.= 1149.99
-0.29%
TBC LT. & RTJ
350.0 L.F
SLOPE =0.0016 FT/FT 24" CPE
LJ
1150.7 1150.6 1150.6 1150.5 1150.4 1150.3 1150.3. 1150.2 1150.2 1150.1 1150.1 1150.0 1150.0 1149.9 1149.9 1149.9 1149.9
1150.77 1150.64 1150.57 1150.50 1150.44 1150.38 1150.32 1150.27 1150.21 1150.15 1150.09 1150.03
1150.33 1150.27 1150.21 1150.15 1150.09
1150.33 1150.27 1150.21 1150.15 1150.09
8+00 9+00 10+00 11+00 12+00
1150
City of Yakima Project Nos. 1957 & 1958
1145
aT
W
U
a)
0
cn
m
0▪ )
c
O
Horizontal = 1"=40'
To
0
Q)
1140
1135
8-3-05
Plan & Profile
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
•
1
1
N FEDERAL AID NOS.
STPUS-4558(006)
'mak Engineering Division
120 North Second Street
°''�•+*�� s. Yakima, Washington
181335-13014
1
J.M. Perry Parking W
TIB# 8-4-039(019)-1
— TIB# 9-E-039(007)-1
S S
5 5 S --Q S
S
E
I
I
\
S
S
_
��
—GAS 9
GAS J 1 GAS GAS GAS - -
M
W W W W W W W
•
=-- 192 N_— 192 N 193
'-----2-7----'-`-'
.-=_::�, 4K ti , �__...__._ . 194 195 0 196
�., . x
�''��
!c: �{T / I Xt M � � Mx� M t t�yn`n'. x, lhXk:\i4{X'•K�`SVn` G�`�`ry"�r5. Z7G 'wV X, �` X' � �'Czt �, ti
. - .'7'. v`, !i. f __- T'k,� . � � w� 'vex �ib"u
- – -- � J` Cx�' i�v,", "vT �"c'F 'h .JZ:4 `a".," Y�� `,'k�`,
- ` STA 192+83
0•
- --� S S W. Washington Ave
,-S
r S S
•
Washington Avenue Widening
Median Repair/Removal
S. 24th Ave to S. 16th Ave
City of Yakima Project No. 2124
x x x x x x
EX. SIDEWALK
1
SAWCUT 6" FROM LIP OF CURB
1
REMOVE CURBING AND REBUILD
SAWCUT 6" FROM LIP OF CURB
ATC REMOVE CURBING AND REBUILD
_
ROADWAY SECTION PER DETAIL i
TOWER ROADWAY SECTION PER DETAIL
Airport Parking
NOTE:
RKING
ADJUST EXISTING UTILITIES AS FOUND
TO FINISHED SURFACE ELEVATIONS
* NOTE:
ADJUST EXISTING UTILITIES AS FOUND
TO FINISHED SURFACE ELEVATIONS
J.M. Perry Parking
N
Soccer Fields
PAVED PARKING W
S
E
C ---N
197 198 199 200 201
202
Project Eng. RT
Drawing Scales
Horizontal = 1"=40'
Vertical = 1"=5'
% r,� ',';`,0- O �� �. �?YiY yYi 1
•^!`{X•✓ . '.Clr �y'`x 74X.^ c ri,«<_4-re;``k'�J'v`i„}:.St:1:Yxr'`.':XJ`r`
Xj^(k -'r �-
l Y' "�',c CF<.Sr , eY G..{. t)' a �. <}ar,r�^ ♦ t' ' n, j -v �..l- erg,
- _– —__--- iY @;1,--1-x--17_, -'t,".- r '4-11r:R'
•
W. Washington Ave l
Median Plan
Sta. 191+00
to Sta. 202+50
EX. SIDEW' K EX. SIDEWALK EX. SIDEWALK
PAVED PARKING SAWCUT 6"FROM LIP OF CURB
' - Zoos
W. qp
er
REMOVE CURBING AND REBUILDAyR.
ROADWAY SECTION PER DETAIL
4:Y' wASA,�44O
'` ''Er
4
., 4
///////////////
29919 Cyd
*ZGIST SO
�SSIONAL 6N�'`
� � 1.8
EXPIRES 11 /17/2005 J
//J
/
83-05
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
* NOTE. * LIGHTING NOTE.
ADJUST EXISTING UTILITIES AS FOUND NEW LIGHTS:
TO FINISHED SURFACE ELEVATIONS CONSTRUCT BASES
PLACE POLE & LUMINAIRE
' Soccer Fields (POLES TO BE PICKED UP FROM KNOBEL ELECTRIC)
TIE TO EXISTING ELECTRICAL SYSTEM
AND MAKE REPAIRS AS NECESSARY
N FEDERAL AID NOS.
STPUS-4558(006)
TIB# 8-4-039(019)-1
TIB# 9-E-039(007)-1
A,!+:11. -City Of Yakima
4'4} Engineering Division
120 North Second Street
Yakima, Washington
W
E
s
202 203 204 205 206 20
NEW LIGHT W. Washington Ave
EX SIDEWALK EX. SIDEWALK
FILL BETWEEN EX. CURB WITH
NEW PAVERS (SEE DETAIL)
McAllister Field Airport
8 �.�°S
y W. AD4
e 4c. , oi.
A
,Q 2991° (V,
°F 'pEY.7 l 1iw
�SSiONAL AL B4a1
Washington Avenue Widening
Median Repair/Removal
S. 24th Ave to S. 16th Ave
City of Yakima Project No. 2124
UPIREs 11/17/2005
\
.. /o "N
4TIE
\OC�N
1 Gy
Soccer Fields
\A/
N
*LIGHTING
NOTE.
NEW LIGHTS:
CONSTRUCT BASES
PLACE POLE &LUMINAIRE
(POLES TO BE PICKED UP FROM KNOBEL ELECTRIC) AM -PM
TO EXISTING ELECTRICAL SYSTEM
AND MAKE REPAIRS AS NECESSARY
* NOTE:
ADJUST EXISTING UTILITIES AS FOUND
TO FINISHED SURFACE ELEVATIONS
E
S
ASPHALT
Project Eng. RT
Drawing Scales
Horizontal = 1".40'
Vertical = 1"=5'
37 \, 208 209 210 211 212
\, \, W. Washington Ave
Median Plan
Sta. 202+00
to Sta. 212+00
EX SIDEWALK EX. SIDEWALK
NEW LIGHTREM. EX. BASE TO 12" BELOW GRADE
Field Airport
8-3-05
BETWEEN
FILL EX CURB WITH NEW PAVERS (SEE DETAIL)
�1-\iA McAllister
18
1$